municipal corporation, yamuna nagar - jagadharimcynr.com/wtenders/wtender-id-372.pdfv dnit for web...

153
i MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARI BID DOCUMENT FOR “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARI ” (Instructions to Bidder, General Conditions of the Contract, Special Condition of the Contract, Bid Data and Contract Data) Estimate Amount=Rs 28.28 Crore Time Period = 18 Months

Upload: others

Post on 29-Jan-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

i

MUNICIPAL CORPORATION,

YAMUNA NAGAR - JAGADHARI

BID DOCUMENT FOR

“CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL

CORPORATION, YAMUNA NAGAR - JAGADHARI ”

(Instructions to Bidder, General Conditions of the

Contract, Special Condition of the Contract, Bid Data

and Contract Data)

Estimate Amount=Rs 28.28 Crore

Time Period = 18 Months

Page 2: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

ii

MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARI

BID DOCUMENT

FOR

“CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL

CORPORATION, YAMUNA NAGAR-JAGADHARI”

(Instructions to Bidder, General Conditions of the

Contract, Bid Data, Contract Data and

Special Condition of the Contract)

TENDER ID:- 2019_HRY_93937_1

On behalf of

Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri:

Page 3: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

iii

Notice for Publication

Commissioner, Municipal Corporation, Yamunanagar- Jagadhari

Phone No: 01732-237841 (O), E-mail: [email protected]

NOTICE INVITING BIDS

Online Bids are invited on behalf of the Commissioner, Municipal

Corporation, Yamunanagar- Jagadhari for the following work from eligible Bidders/Joint

Ventures/Consortium Bidders registered/enlisted in any Municipal Corporation/ Council/

Committee, Haryana for an amount equal to DNIT as on date of submission of the bid

and bidders enlisted with CPWD, postal, telecom, Railways, MES, Other state

Government / Central Government under takings/ for an amount equal to DNIT. Details

of this Bid notification and qualification criteria can also be seen in DNIT exhibited on

web site: https://etenders.hry.nic.in/ & https://mcynr.com.

Work Description “CONSTRUCTION OF OFFICE BUILDING OF

MUNICIPAL CORPORATION, YAMUNA NAGAR-

JAGADHARI” (Tender ID:- 2019_HRY_93937_1)

Type of Contract Single Percentage Rate Contract for (HSR+CP)

items and Item rate for NS Items

Estimated Amount Rs 28.28 Crore

Earnest Money (in Lacs) Rs. 56.56 Lacs

Bid Document & E-Service

Fees (in Rs.)

Rs. 29500 + Rs. 1180/-

Document download / sale

start date & time

13.08.2019 at 17:00 Hrs.

Pre Bid Meeting 20.08.2019 at 15:00 Hrs.

Bid Submission end date

and time

11.09.2019 Up to 15.00 Hrs.

Physical Deposit of Demand

Draft in office

11.09.2019 Up to 17.00 Hrs

Bid Opening date 12.09.2019 at 12:00 Hrs

Completion period 18 months

Page 4: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

iv

Note:

1. The Bidders can download the Bid documents from the

Portal: https://etenders.hry.nic.in/

2. The Bidder are strictly advised to apply online bid well in

time without waiting for last date.

3. Detailed NIT can be seen on website

https://etenders.hry.nic.in/ & The Detailed Drawings

of the project can be seen in the office of Executive

Engineer, Municipal Corporation Yamunanagar-Jagadhri in

any office working hours.

-sd-

Executive Engineer,

Municipal Corporation,

Yamunanagar- Jagadhri

Page 5: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

v

DNIT For Web Site

NOTICE INVITING BIDS FOR WORKS

Online Bids are invited on behalf of the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri, for the following work from eligible Bidders/Joint

Ventures/Consortium registered/enlisted in Municipal Corporation, Yamunanagar-

Jagadhari, Haryana in appropriate class as per rules as on date of submission of the bid

and bidders enlisted with CPWD, Postal, Telecom, Railways, MES, Other state

Government / Central Government under takings/ organizations in a class making the

bidder eligible to quote for work of value of this tender and meeting eligibility criteria

after giving prescribed Earnest Money. Details of this Bid notification and qualification

criteria can also be seen in DNIT exhibited on web site: https://etenders.hry.nic.in/

1- General Details of Bid:

S.N Item TENDER ID:- 2019_HRY_93937_1

1 Work Description “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR-JAGADHARI”

2 Type of Contract Single Percentage Rate Contract for (HSR+CP) items and

Item rate for NS Items

3 Estimated Amount Rs. 28.28 Crore

4 Earnest Money Rs. 56.56 Lacs

5 Bid Document Fees

(Non refundable)

Rs. 29500/- offline payments through Demand Draft/ In

the favor of Commissioner, Municipal Corporation

Yamunanagar-Jagadhri.

6 E-Service

Processing fee

(Non refundable)

Rs.1180/- (One Thousand One hundred Eighty only)

offline payments through Demand Draft/ In the favor of

Commissioner, Municipal Corporation Yamunanagar-

Jagadhri

7 Completion period As per Bid data section 5

8 Validity of Bid As per Bid data section 5

Note: 1. The Bidders can download the Bid documents from the Portal:

https://etenders.hry.nic.in/.

2. Interested contractors/agencies should deposit their earnest money and

tender fee in the account of Commissioner, Municipal Corporation

Yamunanagar-Jagadhri through Demand Draft.

Page 6: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

vi

3. The Bidders are strictly advised to apply online bid well in time without waiting for

last date.

2- Key Dates:

SN Events Date & Time Location

1 Document Download

/Sale start date and

time

13.08.2019 at

17:00 Hrs.

https://etenders.hry.nic.in/

2 Pre Bid Meeting 20.08.2019 up to 15:00

Hrs.

Office of the Superintending

Engineer, Municipal Corporation,

Yamunanagar-Jagadhari

3 Bid submission End

Date and time

11.09.2019 Up to

15.00 Hrs

https://etenders.hry.nic.in/

4. Physical deposit of

Demand Draft in

office

11.09.2019 Up to 17:00

Hrs.

Office of the Superintending

Engineer, Municipal Corporation,

Yamunanagar-Jagadhari

5 Opening of Technical

bid

12.09.2019 at 12.00

Hrs.

Office of the Superintending

Engineer, Municipal Corporation,

Yamunanagar-Jagadhari

6 Opening of Price bid Will be informed to all

qualified bidders

Through E-

Mail/Telephonically/Website of

https://etenders.hry.nic.in/.

3- Eligibility Criteria: As per Bid Data Section -5

4- General Notes:

1. Since the Government of India has introduced Goods and Services

Tax(GST), so bidder shall include the effects of GST while quoting the rates

and nothing extra would be paid.

2. Income Tax and all applicable taxes will be deducted from the contractors all

bills on Gross amount as per Govt. rules and as made applicable by Govt.

from time to time.

3. Bidders may acquaint themselves with the “Detailed Instructions for

online e-Biding” and “Guidelines for online payment in e-Biding” as

per NIT-1 & NIT-2 before e-Biding.

4. Bidders in the form of Joint Venture (JV) shall also be allowed as per

guidelines attached at NIT-3.

5. The successful Firm / Agency / Contractor/ Bidder will have to get him

enlisted in the concerned Department i.e Municipal Corporation,

Page 7: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

vii

Yamunanagar-Jagadhari from the competent authority in appropriate class

within 30 days from the date of award of work, if not enlisted earlier.

6. The Firm / Agency / Contractor/ Bidder who has been blacklisted by

Department / Board / Corporation of Central Government or any State

Government shall not be eligible to bid for this work.

7. The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

reserves the right to verify the particulars furnished by the applicant

independently. If any information furnished by the applicant is found to be

incorrect at a later stage, the Firm / Agency / Contractor/Bidder shall be

liable to be debarred from all future Biding in the Department. Besides

blacklisting the Firm / Agency / Contractor/ Bidder, the legal action will also

be initiated and allotment shall be liable to be cancelled.

8. The Bid should be accompanied with proof of GST registration certificate.

9. If any Firm / Agency / Contractor/ Bidder withdraws his Bid prior to expiry of

validity period as mentioned above or mutually extended period or makes

modifications in the rates, terms and conditions of the Bid within the said

validity period, which are not acceptable to the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri, or fails to commence the work in

the specified period/ fails to execute the agreement, the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri shall without prejudice

to any other right or remedy be at liberty to forfeit the amount of earnest

money given in any form absolutely. If any Bidder, who having submitted a

Bid does not execute the agreement or start the work or does not complete

the work and the work has to be put to re-Biding, he shall stand debarred

from participating in such re-Biding in addition to forfeiture of earnest

money/ security deposit and other action under agreement. If there is

strong justification of believing that the Bidder or his authorized has been

guilty of mal-practices such as submission of forged documents, influencing

individually or politically, his offer will be liable to rejection and in such case

his earnest money shall be forfeited.

10. The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

will not be responsible for any delay on account of late submission of Bid.

11. The acceptance of the Bid will rest with the competent authority who does

not bind itself to accept the lowest Bid, and reserves to itself the authority to

reject any or all the Bids received without assigning any reason.

12. No refund of Bid fee is claimable for Bids not accepted or forms not

submitted.

Page 8: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

viii

13. In case of any variation in nomenclature /typing error in the online bid

documents and approved DNIT, the provision of approved DNIT will prevail

and bidder shall have no claim, whatsoever on this account. In addition, the

work is to be carried out as per provisions of the latest PWD Specifications/

BIS Codes and the bidder has to submit his bid accordingly. Any variation in

DNIT, not consistent with the BIS Codes and Manual by PWD(B&R) .

14. All other conditions shall be prevailing as detailed out in the Bid document

(in the respective sections/ volumes).

15. The bid quoted by the Firm / Agency / Contractor/ Bidder shall be deemed

to the inclusive of all the taxes, GST, levies, etc. including their variation as

notified by the concerned authority from time to time, and also of the new

taxes and levies that may be imposed that the Firm / Agency / Contractor/

Bidder will have to pay for the performance of this contract.

16. Registration of Govt. Establishments under Building & Other

construction workers Welfare (RE&CS) Act, 1996.

17. The agency should have valid registration certificate of EPF, ESI, GST

from respective department of the central government.

18. Registration of Govt. Establishments:-

1. Every contractor shall make an application to the registering officer for

the registration of establishment under the Building and other

construction Worker welfare (RE&CS) Act, 1996

2. The first running bill of the contractor will be cleared only after the

receipt of registration certificate under Building and Other Construction

Worker welfare (RE&CS) Act, 1996 and registration of all the eligible

construction workers as a beneficiary of Haryana Building & Other

Contraction Worker Welfare Board.

-sd-

Executive Engineer,

Municipal Corporation,

Yamunanagar- Jagadhri

Page 9: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

ix

NIT-1

Instructions to Bidders on Electronics Bidding System

1.1. These conditions will over-rule the conditions stated in the tender documents,

wherever relevant and applicable.

1.2. All the Firm / Agency / Contractor/ Bidder intending to participate in the

tenders processed online, are required to get registered for the Electronic

Tendering System on the Portal https://etenders.hry.nic.in/

1.3 Obtaining a Digital Certificate

1.3.1. The Bids submitted online should be encrypted and signed electronically

with a Digital Certificate to establish the identity of the bidder bidding

online. A digital signature certificate has two keys i.e. Public Key and

Private Key. Public Key is used to encrypt the data and Private K e y is

used to decrypt the data. Encryption means conversion of normal text

into coded language whereas decryption means conversion of coded

language into normal text. These Digital Certificates are issued by an

approved certifying authority, authorized by the controller of Certifying

Authorities, Government of India.

1.3.2. A Digital Certificate is issued upon receipt of mandatory identity proofs

and verification letters attested by the Notary Public / Chartered

Accountant / Any Gazetted Officer whose stamp bears emblem of Ashoka.

Only upon the receipt of the required documents, a digital certificate can

be issued.

1.3.3. The Firm / Agency / Contractor/ Bidder may obtain Class II or III digital

certificate from any Certifying Authority or Sub- certifying Authority

authorized by the Controller of Certifying Authorities on the portal

https://etenders.hry.nic.in/ or may obtain information and application

format and documents required for issue of digital certificate from one

such certifying authority given below:-

1. TATA Consultancy Services Ltd.

11th

Floor, Air India Building, Nariman Point, Mumbai-400021

website -www.tcs-ca.tcs.co.in

2. Sify Communications Ltd.

III Floor, Tidel Park, 4 Canal Bank Road, Taramani,

Chennai-600113. Website - www.safescrypt.com

3. MTNL Trustline CA

O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar

Page 10: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

x

Doorsanchal Sadan, CGO Comples, MTNL, Delhi-125003. Website

- www.mtnltrustline.com

4. iTrust CA (IDRBT)

Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra

Pardesh -500057. Website - idrbtca.org.in

5. (n)Code solutions

301,GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat.

Website- www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication and

Information Technology

A-Block CGO Complex, Lodhi Road,

New Delhi-125003. Website https://nicca.nic.in

7. e-Mudhra CA

3i Info-tech Consumer Services Ltd

3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli,

Bangalore560036, Karnataka Website- http://www.e-Mudhra.com

Firm / Agency / Contractor/ Bidder may also obtain information and application format and documents required for issue of digital certificate from the following:-

8 Nextenders (India) Pvt. Ltd.

O/O Additional Chief Engineer, HUDA, Sector 40, M- Block South

City –I, Gurgaon. Contact persons : Sh. Rajit Garg – 09650482332

9. Nextenders (India) Pvt. Ltd.

YUCHIT, Juhu Tara Road, Mumbai-400049 Email-

[email protected]

10. Nextenders (India) Pvt. Ltd.

O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151

Contact Person: Manmit – 09815034028 Rishi – 09878012160

1.3.4. Bid for a particular tender may be submitted only using the digital

certificate, which is used to encrypt the data and sign the hash during

the stage of bid preparation and hash submission. In case, during the

process of a particular tender, the user loses his digital certificate (i.e.

due to virus attack, hardware problem, operating system problem), he

may not be able to submit the bid online. Hence, the users are advised

to have back up of certificate and keep the copies at safe place under

proper security to be used in case of emergencies.

1.3.5. In case of online tendering, if the digital certificate issued to the

authorized user of a firm is used for signing and submitting a bid, it will

be considered equivalent to a no-objection certificate/power of attorney

Page 11: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xi

to that User. The Firm / Agency / Contractor/ Bidder has to authorize a

specific individual via an authorization certificate signed by all partners

to use the digital certificate as per Indian Information Technology Act

2000. Unless the certificates are revoked, it will be assumed to

represent adequate authority of the user to bid on behalf of the Firm /

Agency / Contractor/ Bidder for https://etenders.hry.nic.in/ Haryana

tenders as per Information Technology Act 2000 or as per latest

rules/provisions. The digital signature of this authorized user will be

binding on the Firm / Agency / Contractor/ Bidder. It shall be the

responsibility of management / partners of the registered Firm / Agency

/ Contractor/ Bidder to inform the certifying authority or Sub Certifying

Authority, in case of change of authorized user and applies for a fresh

digital certificate and issues an 'authorization certificate' for the new

user. The procedure for application of a digital certificate will remain

the same for the new user.

1.3.6. The same procedure holds true for the authorized users in a

private/Public limited company. In this case, the authorization certificate

will have to be signed by the directors of the company.

1.4 Set up of machine

In order to operate on the electronic tender management system, a user's

machine is required to be set up.

1.5 Online Viewing of Notice Inviting Tenders:

The Firm / Agency / Contractor/ Bidder can view the N.I.T and the time

schedule (Key Dates) for all the packages floated using the electronic tendering

system on the Haryana https://etenders.hry.nic.in/ Firm / Agency / Contractor/

Bidder may refer to NIT in the office of Executive Engineer, Municipal

Corporation, Yamunanagar-Jagadhari.

1.5.1 Opening of an Electronic Payment Account:

Interested contractors/agencies should deposit their earnest money and

tender fee in the account of Commissioner, Municipal Corporation

Yamunanagar-Jagadhri through Demand Draft.

1.6 Submission of Earnest Money Deposit:

Page 12: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xii

1.6.1 The payment for Bid document fee, e-Service Fee & EMD can be done

through Demand Draft, in the favor of Commissioner, Municipal Corporation

Yamunanagar-jagadhri and be submitted in the office of the Superintending

Engineer, as per key dates. (Proof of the same will be submitted by Firm /

Agency / Contractor/ Bidder along with technical bid on-line).

1.6.2 The secure electronic payments gateway is an online interface between

Firm / Agency / Contractor/ Bidder and Debit card / online payment

authorization networks.

1.6.3 The Firm / Agency / Contractor/ Bidder shall upload their technical offer

containing documents, qualifying criteria, technical specification, schedule

of deliveries, and all other terms and conditions except the price bid.

1.7 Purchase of Tender Documents:

Download of Tender Documents: The tender documents can only be downloaded

from the Electronic Tendering System on the Portal https://etenders.hry.nic.in/

1.8 Submission of Bid Seal (Hash) of online Bids:

Submission of bids will be preceded by submission of the digitally signed bid seal

(Hash) as stated in the tender time schedule (Key Dates) of the Tender. Firm /

Agency / Contractor/ Bidder should take note of any corrigendum being issued

on the website on a regular basis. They should view and note down the tender

Hash and ensure that it matches with their previous noted Hash before confirming

the rates.

Generation of Super Hash:

After the time of submission of Bid Seal (Hash) by the Firm / Agency /

Contractor/ Bidder has lapsed, the bid round will be closed and a digitally signed

tender Super Hash will be generated by authorized officials of Municipal

Corporation, Yamunanagar-Jagadhari. This is equivalent to sealing the tender

box.

1.9 Submission (Re-encryption) of actual online bids:

Firm / Agency / Contractor/ Bidder have to submit their encrypted bids online

and upload the relevant documents for which they generated the hash at the

stage of hash generation and submission after the generation of Super Hash

within the date and time as stated in the Notice Inviting Tenders (Key Dates).

The electronic bids of only those Firm / Agency / Contractor/ Bidder who have

submitted their bid seals (Hashes) within the stipulated time, as per the tender

time schedule (Key Dates), will be accepted by the System. A Firm / Agency /

Contractor/ Bidder who does not submit his bid seal (Hash) within the stipulated

time, will not be allowed to submit his bid.

Page 13: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xiii

NIT – 3

GUIDELINES FOR JOINT VENTURE/ CONSORTIUM

1. Following stipulations shall be applicable for Joint Venture (JV) of firms

/Consortium (hereinafter Called JV).

2. Separate Identity/Name should be given to the Joint Venture firm/Consortium.

3. Number of members in a JV / Consortium shall not be more than two (2).

4. One of the members of the JJVV // Consortium shall be the lead member of the

JV/ Consortium who shall have a majority (at least 60%) share of interest in

the JV / Consortium. The other member shall have a share of not less than

25% each. In case of JV / Consortium with foreign member(s), the lead

member has to be an Indian firm with a minimum share of 60% as a whole in

JV / Consortium.

5. In case of the Joint Venture/Consortium the lead member shall full fill the

enlistment criteria define in the DNIT.

6. A member of a JV / Consortium shall not be permitted to participate either in

individual capacity or as a member of another JV / Consortium in the same

Bid.

7. The Bid Document shall be purchased by Lead member only, and submitted

only in the name of JV/Consortium and not in the name of any constituent

member. Normally, EMD shall be submitted only in the name of

JV/Consortium and not in the name of any Constituent member. However, in

exceptional cases, EMD of the lead partner can be accepted subject to

submission of specific request letter from the lead partner stating the

reasons for not submitting the EMD in the name of JV/Consortium and giving

written confirmation from the other JV partners/Consortium to the effect that

the EMD submitted by the lead partner may be deemed as EMD submitted

by the JV /Consortium.

8. General Conditions:

(i) A copy of the MOU as per prescribed format shall be submitted along

with the bid. No JV/Consortium will be accepted after submission of

the bid. Failure to do so will be treated as breach of contract with

consequent liability and damages. The complete details of the

members of the JV /Consortium, their share and responsibility in the

JV/Consortium etc., particularly with reference to financial, technical

and other obligations shall be furnished in the MOU.

Page 14: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xiv

(ii) Once the bid is submitted, the MOU shall not be

modified/altered/terminated during the validity of the bid. In case, the

bidder fails to observe/comply with the above stipulation, except as

per the provision detailed out in Point No. iii below, the full Earnest

Money shall stand forfeited in favour of the Commissioner, Municipal

Corporation, Yamuna Nagar-Jagadhri (HR). In case of successful

bidder, the validity of this MOU shall be extended till all the

contractual obligations as per the contract agreement are fulfilled.

(iii) The constitution of the JV shall not be allowed to be modified after

submission of the bid by the JV/Consortium except when modification

becomes inevitable due to succession laws etc. and in any case, the

minimum eligibility criteria should not get vitiated. In any case, the

lead member should continue to be the lead member of the

JV/Consortium. Failure to observe this requirement would render the

offer invalid.

(iv) Similarly, after the contract is awarded to the JV/Consortium, the

constitution of JV/Consortium shall not be allowed to be altered during

the tenure of contract except when modification becomes inevitable

due to succession laws etc. and in any case, the minimum eligibility

criteria should not get vitiated. Failure to observe this stipulation shall

be deemed to be breach of contract with all consequential penal

action as per contract conditions.

(v) In case of award of Bid to the JV /Consortium, a single Performance

Guarantee will be required to be submitted by the JV /Consortium as

per Bid conditions.

(vi) It shall be noted that for all the guarantees related to the contract,

like Performance Guarantee, Bank Guarantee for Mobilization Advance

/ Machinery Advance etc. shall be accepted only in the name of the

JV/Consortium and no splitting of guarantees amongst the members of

the JV /Consortium shall be permitted.

Page 15: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xv

9. Memorandum of Understanding Joint Venture/Consortium

Agreement.

(a) The Memorandum of Understanding (MOU) between JV /Consortium

partners shall be submitted along with the bid in the standard format

placed at Annexure-9.

(b) The JV/Consortium agreement at the time of submission of Bid shall be

allowed as unincorporated. In the event the bid of JV/Consortium is

accepted and after the issuance of Letter of award (LOA), the

JV/Consortium shall incorporate a new company under the Companies Act,

2013/1956. In case, the bidder fails to observe/comply with this

stipulation before the signing of contract agreement, the full Earnest

Money Deposit shall be forfeited and other penal actions due shall be

taken against all the members of the JV /Consortium.

(c) Authorized Member: JV/Consortium members shall authorize one of

the members, on behalf of the JV /Consortium, to deal with the Bid,

sign the agreement or enter into contract in respect of the said Bid, to

receive payment, to witness joint measurement of work done, to sign

measurement book and similar such actions in respect of the said

Bid/contract. This authorization shall be with further stipulation that it

shall be valid for the entire period of completion of the work

/extended period of completion of the work. All notices/

correspondences with respect to the contract would be sent to this

authorized member .

10. Execution on Non-Judicial Stamp Paper:

(i) The JV /Consortium agreement must be on non-judicial Stamp Paper of Rs.100/- or as per Stamp Act of the concerned State where agreement has been executed.

(ii) The attested copies of documents in support of the JV/Consortium

should be submitted.

(iii) In case of one or more parties to the JV/Consortium is/are partnership

firm/s, the following documents should be enclosed:

• Notary certified copy of Partnership Deed.

• Consent of all the partners of the partnership firm authorizing one

of the partners to enter into the JV/Consortium agreement on a

Stamp Paper of appropriate value (in original).

• Power of Attorney for authorized signatory of JV/Consortium

partners.

• Power of Attorney in favor of one of the partners to act as lead

Page 16: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

xvi

partner or constituent member of Joint Venture/Consortium.

(iv) In case of one or more members of the JV/Consortium is/are

proprietary firm or HUF, affidavit on Stamp Paper of appropriate value

declaring that his concern is a proprietary concern and he is sole

proprietor of the concern or he is in position of “KARTA” of Hindu

Undivided Family and he has authority, power and consent given by

other co-partners to act on behalf of HUF.

(v) In case one or more members of the JV/Consortium is/are limited

companies, the following documents shall be submitted:

• Notary certified copy of the Resolutions of the Directors of the

company, permitting the company:

� of entering into the JV/Consortium agreement.

� of authorizing Managing Director/one of the Directors /

Manager or any authorized person of the company to sign the

JV/Consortium agreement.

� of authorizing Managing Director/one of the Directors

/Manager or any authorized person to sign all other

documents, contracts, agreements etc. and create liability

against the company and/or to do any other act on behalf of

the company.

� A Copy of Memorandum and Articles of Association of the

Company.

� Power of Attorney (duly registered as per prevailing law) by

the Company authorizing the person to do/act.

Page 17: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

1

SUMMARY OF CONTENTS

Volume – I: Instructions to Bidders and

Condition of Contract

Volume – II: Scope of Work and Technical

Specifications

Volume – III: Drawings

Volume – IV: Price Proposal

Page 18: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

2

Volume – I (ITB, Bid Data, GCC, Contract Data and SCC)

Table of Contents

No. Particulars Page No.

Section – 1

A – Introduction

1 General Information 1-2

2 Address for Communication 2

3 Period of Completion 2

4 O & M Period 2

5 Defect liability Period 2

B – Pre Qualification Criteria

7 Eligible Bidders 2

8 Qualification of Bidder 3

C – Bid Document

9 Content of Bid Document 3

10 Cost of Bidding 4

11 Site Visit before Biding 4

12 Omissions, Errors and Clarifications 4-5

D – Preparation of Bid

13 Language 6

14 Alteration Designed Components not acceptable 6

15 Bid Form and Schedule of Price 7

16 Bid Prices 7

17 Bid Currency 8

18 Earnest Money 8

19 Period of Validity of Bid 8

E – Submission of Bids

20 Format and Signing of Bid 8-9

21 Sealing and Marking of Bids 9-11

22 Deadline for Submission of Bids 11

23 Late Bids 11

F – Bid Opening and Evaluation

24 Opening of Bids by Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri

11

25 Preliminary Examination of Bids 11

26 Evaluation for Prequalification 12-13

27 Financial Evaluation 13-14

28 Lack of Competition 14

Page 19: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

3

G – Award of Contract

29 Contract Award Criteria 14

30 Commissioner, Municipal Corporation, Yamunanagar - Jagadhri’s

Right to reject any or all Bids

15

31 Notification of Contract 15

32 Signing the Contract Agreement 15-16

33 Corrupt or Fraudulent Practices 16-17

34 Documents Sanctity 17

35 Code of Integrity 17-18

Section – 2 1

36 Annexures & Schedules

Section – 3

37 General Conditions of Contract

Section – 4

38 Special Conditions of Contract

Section - 5

39 Bid Data

Section - 6

40 Contract Data

Page 20: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

1

Section - 1

INSTRUCTIONS TO BIDDERS (ITB)

(A) INTRODUCTION

1 General

Information

1.1 Background

Municipal Corporation Yamunanagar was constituted in year 2010 after

including the Municipal Council Yamunanagar, Jagadhari and some

adjoining villages. At present the office of Municipal Corporation is

running in existing office situated in Yamunanagar & Jagadhari. Hon’ble

Chief Minister Haryana had visited Yamunanagar town on dated

01.11.2015 and announced that a office building for Municipal

Corporation Yamunagar & Jagadhari be constructed to fulfill the need of

the citizen of the both towns. In compliance of the announcement made

by Hon’ble CM a detailed project has been prepared.

The Bids are hereby invited for execution of the Work wherein successful Bidder has to complete the work as per detailed scope of Work given in Volume-II.

1.2

Executing Agency/Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri

As per Bid Data Section-5.

1.3

Type of contract

As per Bid Data Section-5.

1.4 All works, proposed for execution under the contract, are specified in

Volume-II of the Bid document under the headline “Scope of Work and

Technical Specifications Section-7”.

1.5 The Bidder shall read the specification and study the scope of work

carefully. He shall submit undertaking of having read bid document at

Annexure-I as stated in point no 4.

1.6 The Bidder is required to carefully study all instructions, forms, terms,

conditions and other details in the Bid documents. Failure to upload

complete and legible information as required in the Bid documents or

submission of a Bid not substantially responsive as per requirements of

the Bid document in every respect will be at the Bidder(s) risk and may

result in rejection of its Bid.

1.7 The Bidder shall sign a declaration under the Official Secrets Act

(Annexure-1 as stated in point no 1) for maintaining secrecy of the

Bid documents, drawing or other records connected with the work.

1.8 The site of execution of the work will be made available as soon as the

work is awarded. In case, it is not possible for the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri to make the entire

site available on the award of the work, the Bidder shall arrange his

working program accordingly. No claim, whatsoever, for not giving the

Page 21: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

2

site in full on award of the work or for giving the site gradually in parts

will be tenable. The Bidder may satisfy himself regarding site, availability

of land and accessibility of the sites etc.

1.9 Bidder shall submit only unconditional Bids. Conditional Bids are liable to

be rejected summarily. The Bid documents show already the specific

terms and conditions on which Bids are required by the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri, hence all Bids

should be in strict conformity with the Bid documents and should be

filled in, digitally signed. Incomplete Bid is liable to be rejected. The

terms and conditions of the Bid document are firm; as such conditional

Bids are liable to be rejected.

1.10 The Bid should be accompanied with GST Registration Certificate.

1.11 Bidders who wish to participate in this Bid will have to register on centralize e-procurement portal i.e. https://etenders.hry.nic.in/.

1.12 The Bidders are advised to acquaint themselves with the detailed

instructions provided for Electronic Biding System as per NIT-1 and

Guidelines for online payment in e-Biding as per NIT-2.

2. Address for

communication

2.1 As per Bid Data Section-5.

3. Period of

Completion

3.1 As per Bid Data Section-5.

3.2 Definitions

• ‘Firm/Agency/Contractor/Bidder used in the Bid document be treated as synonymous.

• Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

used in the Bid document be treated as synonymous.

Project:- “CONSTRUCTION OF OFFICE BULIDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARI HARYANA”

• EIC as defined in Bid Data Section -5.

4. 1 4.1 As per Bid Data Section-5.

(B) QUALIFICATION CRITERIA

7. Eligible

Bidders 7.1 General Eligibility

Bidders meeting following criteria shall only be considered.

7.1.1 Bidders registered/enlisted in any Municipal Corporation/ Council/

Committee, Haryana and bidders enlisted with CPWD, postal, telecom,

Railways, MES, Other state Government / Central Government under

takings/ organizations for an amount equal to DNIT building works as

on date of submission of the bid Information of Bidder’s own entity

shall be provided in format enclosed at Annexure-2.

7.1.2 Bidders should have deposited required Bid Fee online directly through the debit card and internet banking account.

7.1.3 The Bidders who are black listed/debarred in any State shall not be eligible to bid in this Bid and shall submit undertaking to this effect as per Point No 2 at Annexure -1.

Page 22: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

3

7.1.4 The Bidder should not have a conflict of interest in the bid in question as

stated in clause 35.2 of ITB.

7.1.5 The Bidder involved in past regarding corrupt and fraudulent practice as

per clause 33 of ITB shall not be allowed in participating the bid.

7.1.6 Bidders in the form of JV / Consortium shall also be allowed as per the

guidelines attached at NIT-3. The information of each member of

JV/Consortium shall be filled in standard format at Annexure -3 and

Annexure-9.

8. Qualification

of Bidder

8.1 Qualification of bidders shall be assessed on the basis of the information

and documents provided in the Bid. Thus bidder has to fulfill all the

required certificates and qualification schedules else there bid is liable to

be rejected.

Financial

Criteria

8.2 Average Annual Construction Turnover (with or without O&M)

(as per Bid Data Section -5 and Schedule -1)

8.3 Net-worth (as per Bid Data Section -5 and Schedule-1)

8.4 Credit Limit (as per Bid Data Section -5 and Schedule-1)

8.5 Bidding Capacity (as per Bid Data Section -5 and Schedule-1 &

2)

8.6 Financial Stability (as per Bid Data Section -5 and Schedule-3)

Technical

Criteria

8.7 Project Execution (Experience of Contract of Similar Size and Nature)

(as per Bid Data Section -5 and Schedule-4)

8.8 “Key Experience” (Experience in key activities) (as per Bid Data

Section -5 and Schedule-5)

Historical

Contract Non

Performance

8.9 History of non- performing contracts (as per Bid Data Section -5

and Schedule-6)

8.10 Failure to sign a contract (as per Bid Data Section -5 and

Schedule-6)

8.11 Pending Litigations (as per Bid Data Section -5 and Schedule-6)

(C) BID DOCUMENT

9. Content of Bid

Document

9.1 The facilities required, Bidding procedures, contract terms and technical

requirements are prescribed in the Bid documents. The Bid document

include the following sections, and addendum’s issued if any till the date

of submission of the Bid:

Volume-I

Notice Inviting Bid Instruction to Bidders & Bid Data (Section 5) Annexures & Schedules General Conditions of Contract

Page 23: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

4

Contract Data (Section 6) Special Conditions of Contract (Section 4)

Volume-II

Scope of Work & Technical Specifications

Volume-III

Drawings

Volume-IV

Price proposal (BOQ)

10. Cost of

Bidding

10.1 The Bidder shall bear all costs associated with the preparation and

submission of its Bid, and the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri will in no case be responsible or liable for

these costs, regardless of the conduct or outcome of the Biding process.

10.2 It shall be obligatory on the successful Bidder to pay stamp charges on

the contract for preparation of contract agreement, as prevailing on date

of execution of the contract.

11. Site Visit

Before

Bidding

11.1

The Bidder and any of its personnel or agents will be granted permission

by the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri to enter upon its premises and lands for purpose of such site

visits, but the Bidder and its personnel will be responsible for death or

personal injury, loss of or damage to property and any other loss,

damage, costs and expenses incurred as a result of the site visits

Bidder to

inform

himself fully

11.2 It is important for the bidder to note the scope of work defined in

contract, in view of such conditions the bidder is advised to visit the site

himself.

The Bidder will be deemed to have satisfied himself as to all the

conditions and circumstances affecting the contract price (e.g. as to the

general circumstance at the site(s) of the work, the general labour

position at the site, the availability of construction material, water,

electricity, the transport conditions, the climatic and meteorological

conditions) and to have fixed his prices according to his own view about

these.

The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri ,

will not be responsible for the personnel of the Bidder and for all acts in

relation with site inspection

No claims except as otherwise expressly provided will afterwards be

accepted on account of conditions/ approach to the given site(s) for

execution of work as per scope of work.

The Bidder shall be responsible for any

misunderstanding or incorrect information however obtained except the

information given in writing by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri.

12. • Omissions,

Errors and

12.1 Bidders shall carefully examine the scope of work and specifications and

fully inform themselves as to the conditions and matters which may in

Page 24: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

5

clarification

• Pre Bid

meeting

• Amendment

of Bidding

Documents

any way affect the work or the cost thereof. Should a Bidder find

discrepancies or omissions in the documents or should he be in doubt as

to their meaning he should notify the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri in writing not later than 14 days

before bid submission end date. The Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri will respond to any request.

Any resulting interpretation or modification of the Bid documents shall

be issued online to all Bidders as an addendum, which will become a

part of the Bid documents. The Bidders shall acknowledge in writing the

receipt of each addendum.

No claims except as otherwise expressly provided will afterwards be

accepted due to non-understanding or misinterpretation of the Bid

documents and addendums issued.

12.2 The Bidders designated representative (having authority letter) is invited

to attend a pre-Bid meeting, if any, as defined in Bid data sheet.

12.3 At any time prior to the deadline for submission of Bids, the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri may, for

any reason, whether at its own initiative, or in response to a clarification

requested by a prospective Bidder, amend the Bid documents.

12.4 Clarification to Bidder’s queries and amendment will be notified on web

sites https://etenders.hry.nic.in/. In e-bidding process, it is not

possible to have correspondence in writing with the bidders who have

downloaded the bid documents; Bidders are informed to check the

portal at regular intervals for any such amendments to the Bid

document. Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri will not be responsible, if bidder did not download the

addendum from the website.

12.5 In order to provide prospective Bidders reasonable time to take the

amendment into account, in preparing their Bid, the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri may, at its discretion,

extend the deadline for the submission of Bids, in which case, the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri will

notify online to bidders of the extended deadline, for submission of Bids.

Page 25: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

6

(D) PREPARATION OF BIDS

13. Language of

Bid

13.1 The Bid prepared by the Bidder and all correspondence and documents

related to the Bid exchanged by the Bidder and the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri shall be written either in

English provided that any printed literature furnished by the Bidder may

be written in another language, as long as such literature is

accompanied by a translation of its pertinent passages in the language

mentioned herein, in which case for purposes of interpretation of the

Bid, the translation shall govern.

14. Alteration of

Designed

components

not

acceptable

14.1 No principal deviations and exceptions are allowed, in the specifications

and in the basic requirements of the total project.

14.2 Bidders, who propose any alteration in the basic requirement, as

specified in Volume II and its addendum if any, or which contain any

other conditions of any sort will be liable to rejection.

14.3 Inclusion of additional equipment, civil work or other plant and material

which in the Bidder’s opinion is required to satisfy the scope of work will

not constitute a deviation.

Makes and

origin of the

equipment

14.4 Bidder shall offer rates as per the makes/specification given of the

equipment/material in the Bid document or of any superior make if

makes are not prescribed of the items, conforming to prescribed

specifications indicated in the Volume-II “Scope of Work & Technical

Specifications”. The Bidder shall quote only one price for each item

mentioned in Price Proposal Volume-IV, irrespective of the finally

selected make.

14.5 In case, the Bidder proposes to use any imported equipment/ part of

equipment/material he shall indicate clearly and shall be responsible for

arranging import license etc. for the same. All expenses to be incurred

by the Bidder in connection with such import including customs duty etc.

as applicable shall be included in the prices quoted. However if

provisions permit, the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri shall assist to arrange certificates for

exemption from custom duty and the bidder should account for all such

exemption while quoting the cost. However the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri shall not be liable to pay any

compensation in case such provisions are withdrawn subsequently.

Page 26: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

7

15. Bid Form and

Schedule of

price

15.1 The Bidder will complete the Schedule of Price furnished in the Bid

documents as indicated therein. The terms and conditions for payments shall

be in accordance with the provisions of the conditions of contract(s) in

volume-I and II of Bid document referred in ITB clause 9.1

16. Bid Prices 16.1 The contract will be for the complete work or part thereof as described in

Clause 1.3, of ITB based on the Price proposal submitted in Volume-

IV. The Single Percentage rate for the (HSR+CP) items and Item rate for

NS Items quoted shall remain firm throughout the currency of contract

period. The price adjustment/price variation, if any, shall be as per Bid

Data Section-5.

16.2 Type of Contract as per Bid Data Section-5.

16.3 The Bidder will quote his Single Percentage Rate for the (HSR+CP) items and Item rate for NS Items only in one language in English. Single Percentage Rate should be quoted in figures as well as in words and in case the rates so quoted differ, then rate quoted in words shall be treated as the rate quoted by the Bidder.

16.4 The Bidder will quote his Single Percentage Rate for the (HSR+CP) items

and Item rate for NS Items given in prescribe format of Volume IV of the

Bid document as per the specifications given for installation and for the

material and other direct and indirect costs to be incurred during period.

16.5 Items not specifically mentioned in the description of the items given in

Volume IV, but which are required to be executed for the satisfactory

completion of the complete system, as specified in scope of work, shall

not be separately paid for by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri when executed and shall deemed to have been

covered under rate quoted for specified items in his Schedule of Prices.

16.6 The Bidder will satisfy himself regarding the availability of the material

required for execution within the time frame prescribed for the Project

and if desired will take into account the cost of superior material to be

used as its replacement. No time extension or additional cost shall be

allowed on this account.

16.7 The Single Percentage Rate for the (HSR+CP) items and Item rate for

NS Items quoted by the Bidder shall include all costs including survey,

planning, designing, labour, materials, construction, plant and

equipment, transport charges, testing any other expenses like duties,

Taxes and other levies whatsoever to the State or Central Department or

to the Local Bodies on the components or the completed works and for

satisfactory performance of the Bidders obligations under this contract.

To fulfill the obligations towards any clause of the Bid document referred

Page 27: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

8

in ITB clause 9.1.

16.8 For all imported equipment(s) or components, the Bidder under this

contract must provide a copy of the duties/taxes paid for the record of

the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

17. Bid Currency 17.1 All prices shall be quoted in the Indian Rupee. The Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri will not arrange any

foreign currencies for import of any type of material/spares/man power

etc.

18. Earnest

Money

18.1 An amount of Earnest money as mentioned in DNIT must accompany the

Bid which should be payable to the office as prescribed in Bid Data

Sheet and deposited online in accordance with the conditions of e-

Biding as mentioned in NIT-1 & 2.

18.2 Scanned copy of proof of payment of earnest money i.e. receipt of

transaction of EMD should be uploaded while submitting the bid.

18.3 After the award of the Contract, the Earnest money of unsuccessful

bidders will be refunded within one month of award of contract without

any rate of interest.

18.4 The Earnest money may be forfeited:

a) If the Bidder withdraws its Bid during the period of Bid validity.

b) In case of successful Bidder, he fails within the specified time limit to

sign the Contract Agreement, in accordance with ITB clause-32 and

furnish the required performance security.

c) If the Bidder modifies his offer after opening of the financial Bids/

negotiations, his offer shall stand cancelled automatically, his earnest

money shall be forfeited and action for debarring him from business

shall be taken as per enlistment rules.

19. Period of

Validity of Bid

19.1 As per Bid Data Section-5

(E) SUBMISSION OF BIDS

20. Format and

Signing of Bid

20.1 Bidder shall submit their offer on line in electronic format both for

technical and financial proposal and all documents should be digitally

signed. Bidder shall procure digital certificate as per IT act. In case of a

Company incorporated under 2013 company Act/ partnership firm, bid

must be digitally signed separately by each partner, thereof, or in the

event of the absence of any partner, it must be digitally signed on his

behalf, by a person holding power of attorney, authorizing him to do so.

Such power of attorney will be submitted with the Bid (Annexure-4).

20.2 Earnest money as mentioned in DNIT must accompany the Bid which

should be payable online and deposited online in accordance with the

Page 28: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

9

conditions of e-Biding as mentioned in Page-NIT-1 & 2. Scanned copy

of proof of payment of earnest money i.e. receipt of transaction of EMD

should be uploaded while submitting the bid.

20.3 All omissions in the Schedule of price must be serially numbered and

attested by the officer opening the bids, so as to make further dispute

impossible on this score

20.4 The documents listed in ITB clause-21, along with addendum’s issued

till the date of bid submission, shall be filled by the bidder to bind the

bidder to contract. A certificate regarding all pages of the bid has been

digitally signed should be attached with qualification bid.

20.5 Before electronic submission of Bid, it should be ensured that all the Bid

papers including conditions of contract are read, understood by the

Bidder.

20.6 The uploaded document of the bid shall contain no alteration, or

additions, unless notified. In case the bidder makes addition and/or

correction, the provision written in the original document, read with the

addendum or corrigendum issued shall prevail.

21. Sealing and

Marking of

Bids

21.1 Bidder shall submit their offer only in online electronic format both for

technical and financial proposal and all documents should be digitally

signed. Payment of EMD shall be made online directly through RTGS /

NEFT as defined in DNIT and all original papers related to Bank

guarantee, power of attorney etc. should be submitted manually in the

office of Biding authority before date & time of opening of technical bids

and their scanned copy should be uploaded alongwith the technical bid.

Contents of

Technical

proposal

21.2 Technical Bid should contain following: SCANNED COPIES under

different covers / envelopes.

Cover-1 (Proof of Payment)

(a) Proof of payment of Bid document fee, e-service fee and payment of

earnest money deposit in accordance with DNIT conditions.

21.3 (Technical Bid)

Cover – 2

(a) The name and designation of a person signing shall be clearly

indicated. In case of a Company incorporated under 2013 company Act/

partnership firm / group of companies, a power of attorney for the

person authorized to sign issued by the partners or authorized

signatory in standard format at Annexure-4 shall accompany the

Bid.

Page 29: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

10

(b) Bid letter and memorandum duly filled in and signed, as per

Annexure-5 & 6.

(c) An undertaking confirming that ‘for modifications/ deviations to

conditions of contract / technical specifications no price information

is indicated in (cover 1 & 2) shall be enclosed Annexure-1 stated

at point no 3. Bid not containing such under taking will not be

considered for further evaluation.

(d) A declaration shall have to be made by the Bidder that he has read,

understood and accepted without changes, revisions or conditions,

the Bid documents and addenda (if any) issued by the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri , as

per Annexure-1 stated at point no 4.

(e) A declaration under the official secrets Act for maintaining secrecy of

the Bid documents, drawing or other records connected with the

work given to him of ITB as per Annexure-1 stated at point no

1.

(f) Declaration by the Bidder regarding Qualification Annexure-1

stated at point no 5 & 6. (g) All addendums issued till date of Bid.

(h) Qualification Schedules as required in this Vol-I along with

supporting documents, consisting of document showing annual

turnover i.e. Audited Balance Sheets & profit and loss accounts for

the last 3 years as per provisions in Bid Data (Section -5) and

Schedule-1.

(i) Document showing Net Worth of the Bidder (Certificate of a Charted

Accountant) as per provisions in Bid Data (Section -5) and

Schedule-1

(j) Document showing Credit Line Facility of the bidder as per provisions

in Bid Data (Section -5) and Schedule-1.

(k) Calculation sheet for bidding capacity as mentioned in Bid Data

(Section -5) and Schedule-1 & Schedule -2.

(l) Document in support of pending litigation and history of non

performance of contract in accordance Bid Data (Section -5) and

Schedule- 6.

(m)Documents in support of experience of bidder for execution and commissioning as per provisions in Bid Data (Section -5) and

Schedule- 4 & 5.

(n) Form for Financial Stability as per provision in Bid Data (Section -5)

and Schedule-3. (o) GST Registration Certificate.

21.4 The qualification information has to be provided very carefully since it

will be a basis for the qualification of firms. Only relevant and to-the-

Page 30: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

11

point information shall be indicated. Bidders must not supply information

not requested in the Bid documents nor make any comments.

Failure to provide any information may lead to the rejection of the offer.

Cover -3

(Financial

Bid)

21.5 Financial Bid/Price Bid shall be submitted, as per Vol -IV of this

Tender Document, online on website and shall be digitally signed.

This shall contain: (i) Preamble to Price Schedule duly signed, (ii) Form

of Price Proposal duly signed, (iii) BOQ duly signed (iv) Price Bid in MS

Excel.

The bidder shall make online financial bid as At par or Percent above or percent below for (HSR+CP) items and specific item rate for

NS Items the estimated total cost in the BOQ as specified therein.

22. Deadline for

submission of

Bids

22.1 The online Bid shall be submitted in the time stamped electronic Bid box

separately cover wise and Price bid digitally signed by the Authorized

signatory holder on https://etenders.hry.nic.in/ up to the scheduled date

and time for submission prescribed by Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri or extended date thereof for

online submission.

23. Late Bids 23.1 The system does not permit electronic submission of Bids after the due

time and date.

(F) BID OPENING AND EVALUATION

24. Opening of

Bids by

Commissioner

, Municipal

Corporation,

Yamunanagar

- Jagadhri

24.1 The Superintending Engineer, Municipal Corporation, Yamuna Nagar-

Jagadhri or other duly authorized authority will open the Bids online in

presence of Bidder (s) or their authorized representative(s) along with

Executive Engineer & Assistant Engineer and intending agencies who

may choose to be present at the time of Bid opening. The Bids shall be

opened in two stages. In first stage the Cover 1 (Payment Proof) and

Technical Bid (Cover 2) shall be opened and evaluated. The financial

part shall be opened of only responsive Bids, qualified by competent

authority, at a later date, which will be informed online to all responsive

and qualified Bidders.

24.2 In first stage, Cover-1 of the Bids, will be opened. The Bidder’s name,

the status of deposition of earnest money, will be announced by the Bid

Opening Authorities.

25. Preliminary

Examination

of Bids

25.1 The contents of Cover ‘2’ of the individual Bids will be downloaded

summarily in order to access their formal conformity and agreement

with the instructions and guidance to the Bidders and the completeness.

Any Bid not confirming to any of these requirements may be disqualified

forthwith at the discretion of Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri.

Page 31: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

12

Confidential

Treatment

25.2 The Technical Evaluation Committee headed by S.E, MC Yamunanagar-

Jagadhari will evaluate the Bid, information relating to the examination,

clarification and comparison of the Bidders and recommendations for the

award of the contract shall not be disclosed to Bidders or to any other

person not officially concerned with the evaluation process until the

award to the successful Bidder has been announced. Any efforts by a

Bidder to influence the evaluation process or the recommendations and

decisions for award may result in the rejection of its Bid.

Substantial

Bid

25.3 Notwithstanding the preliminary examination, the Technical Evaluation

Committee will determine the substantial Bidder. Substantial Bids are

those, which meet the following requirements.

• Earnest money as mentioned in DNIT in accordance with the

conditions of e-Biding.

• Responsive to all requirements of the Bid documents and the

instructions to Bidders

• No Clarification and substantiation required to access the quality of

the offer

• No deviations and reservations affecting the scope and quality of the

work,limiting the rights of the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri or the Bidders obligations, or whose

rectification would affect the competitive position of the other

substantial Bidder.

25.4 It is expressly stated that the information contained in Cover “1” & “2” of the Bid will be used to define whether a Bid is substantial or not. The Bidders are, therefore, advised to submit complete Bid only.

26. Evaluation for

qualification

26.1 The Technical Evaluation Committee will carry out a detailed evaluation

of the Bids in order to determine whether the firm is qualified in

accordance with the qualification criteria and requirements set forth in

the Bid documents. In order to reach such a determination, the

Technical Evaluation Committee will examine the information provided in

the schedules and the submitted supporting documents, on the basis of

information supplied by the Bidders.

26.2 The bidders who are qualified will be informed online by the Technical Evaluation Committee in due course of time.

26.3 The Technical Evaluation Committee reserves the right not to consider

any deviation that in the sole discretion of the Technical Evaluation

Committee is found unacceptable. The Technical Evaluation Committee

require such deviations to be withdrawn, for the unaccepted deviations.

The evaluation subsequently will be made on the rates quoted for such

items in offer.

26.4 The Superintending Engineer, Municipal Corporation, Yamunanagar -

Page 32: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

13

Jagadhri or other duly authorized authority reserves the right to ask for

submission of the source of procurement for the materials for which the

Bidder is quoted his rates before the Bid can be considered for

acceptance. If the Bidder, who is called upon to do so, does not submit

the source of procurement, Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri shall be at liberty to forfeit the earnest money

of such Bidder absolutely on recommendation of Superintending

Engineer.

26.5 The Executive Engineer, Municipal Corporation, Yamunanagar - Jagadhri

may also ask the qualified bidder in this stage to come and negotiate

with the given technological considerations, methodology, execution

plant etc. as given in the Bids and ask for the revisions in the above

schedules. Any negotiations in this regard shall not be an excuse for

making a revised financial offer. Having received such negotiated offers

for the execution of the work, the Executive Engineer , Municipal

Corporation, Yamunanagar - Jagadhri shall inform all qualified bidders

regarding the date of opening of the financial bids.

27. Financial

Evaluation

27.1 The original financial offer or the revised financial offer, as the case may

be, of the qualified Bidders whose Bids are considered ,Technical

Evaluation Committee as responsive will be opened at a date and time

as informed online.

27.2 Superintending Engineer along with Executive Engineer and AE,

Municipal Corporation, Yamunanagar - Jagadhri or other duly

authorized authority will open the Bids in the presence of any Bidder(s)

or their authorized representatives who choose to be present at the time

of opening of financial Bids, and will enter the rate/ amount of all Bids in

the register of Opening of Bids.

27.3 Provided that a Financial Bid is substantially responsive, the Technical

Evaluation Committee will correct arithmetical errors during

evaluation of Financial Bids on the following basis:

(a) If there is a discrepancy between words and figures, the amount in

words shall prevail.

Page 33: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

14

Evaluated

Tender Price

27.4 Technical Evaluation Committee shall compare all substantially

responsive bids to determine lowest evaluated bid. All the bids shall be

evaluated based on single percentage rates quoted on total amount of

DNIT by the bidder.

The tender will be awarded to the bidder based on the above

said evaluation criteria i.e. least evaluated tender Price.

28. Lack of

Competition

28.1 (i) A situation may arise where, if after evaluation of bids the bid

evaluation committee may end-up with one responsive bid only, in

such situation, the bid evaluation committee should check as to

whether while floating the Notice Inviting Bids all necessary

requirements to encourage competition like standard bid conditions,

industry friendly specifications, wide publicity, sufficient time for

formulation of bids, etc. were fulfilled. If not, the Notice Inviting

Bids should be refloated after rectifying deficiencies. The bid process

shall be considered valid even if there is one responsive bid,

provided that-

(a) The bid is technically qualified;

(b) The price quoted by the bidder is assessed to be reasonable;

(c) the bid is unconditional and complete in all respects;

(d) There are no obvious indicators of cartelization amongst

bidders; and

(e) The bidder is qualified as per Bid request.

(ii) The bid evaluation committee shall prepare a justification note for

approval by the next higher authority of the procuring entity, in

which the concurrence of the accounts member shall be necessary.

(iii) In case of dissent by any member of bid evaluation committee the

next higher authority in delegation of financial powers shall decide

as to whether to sanction the single bid or re-invite bids after

recording reasons.

(G) AWARD OF BID

29. Contract

award

Criteria

29.1 The Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri will award the work normally to the lowest responsive

bidder(s).However the acceptance of the rates of Bid will rest with the

competent authority who does not bind itself to accept the lowest Bid,

and reserves the right to accept or reject any or all the Bids received

without assigning any reason.

29.2

The Earnest Money of the successful bidder shall not be refunded and

shall be adjusted against Security Deposit.

Page 34: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

15

30. Commissioner

, Municipal

Corporation,

Yamunanagar

- Jagadhri

Right to

Accept Any

Bid and to

Reject Any or

all Bids

30.1 The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

right to accept or reject any or all Bids at any time prior to award of

contract, will not incur any liability, to the affected Bidders, of the

grounds for the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri action.

31. Notification of

contract

31.1 Prior to the expiry of the period of Bid validity, the Executive Engineer,

Municipal Corporation, Yamunanagar - Jagadhri will notify the

successful Bidder online that its Bid has been accepted. The notification

of award will constitute the formation of the contract, for all legal

purposes. The contract period shall be as per Bid Data Section 5 from

the date of notification of award for the purpose of placement of detailed

work order(s).

Officer(s) as authorized by Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri or is authorized representative shall issue

detailed work order(s) for execution and sign the agreement with the

successful bidder.

32. Signing the

Contract

Agreement

32.1 Within 30 days from award of work by Commissioner, Municipal

Corporation,Yamunanagar–Jagadhri or authorized

representative, the successful Bidder shall sign the contract

agreement.

The following, duly filled in and signed documents, shall form the

contract agreement:

A- Agreement (format placed at Annexure-7)

B- Letter of award and any pre award correspondence between EIC

Municipal Corporation, Yamunanagar - Jagadhri and the

Bidder.

C- Bid documents (bearing stamp of the firm and initials of the

authorized signatory for this Bid on behalf of the firm) Contained in:

Vol.-I: Instruction to Bidders, Bid Data, Contract Data, GCC & SCC,

Vol.-II: Scope of Work and Technical Specifications,

Vol.-III: Drawings

Vol.-IV: Price proposal

All Addenda issued

D- The Bid offer

32.2 On acceptance of the Bid, the name of the accredited representative(s)

of the Bidder (with a photograph and signature attested) who would be

responsible for taking instructions from the Commissioner, Municipal

Page 35: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

16

Corporation, Yamunanagar - Jagadhri / Engineer in Charge, shall be

communicated to the Successful Agency.

32.3 After acceptance of the Bid, the Bidder or all partners (in the case of

partnership firm) or the authorized representative of the firm with a

valid power of attorney will append photographs and signatures duly

attested, at the time of execution of Agreement.

32.4 Receipt for payments, made on account of a work when executed, by a

firm must also be signed by the partners, except where the Bidders are

described in their Bid as a firm, in which case the receipt must be signed

in the name of the firm by one of the partner or by some other person

having authority to give effectual receipts for the firm.

32.5 GST or any other tax/duties/levies on materials, or income tax in respect

of the contract shall be governed by provisions given in the conditions of

contract. Deduction of income tax or any other tax/duties/levies at

source will be made as per provisions of the income tax Act, in force

from time to time.

32.6 If any Bidder, who having submitted a Bid does not execute the

agreement or does not start the work or does not complete the work and

the work has to be put to re-Biding, he shall stand debarred from

participating in such re-Biding in addition to forfeiture of Earnest

Money/Security Deposit and other action under agreement..

33. Corrupt or

Fraudulent

Practices

33.1 The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri defines, for the purposes of this provision, the terms set forth elow as follows: i- ‘Corrupt practice’ means the offering, giving, receiving or soliciting of

anything of value to influence the action of a public official in the

procurement process or in contract execution: and

ii- ‘Fraudulent practice’ means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the Commissioner, Municipal Corporation, Yamunanagar

- Jagadhri and includes collusive practice among Bidders (prior to or

after Bid submission) designed to establish Bid prices at artificial non

competitive levels and to deprive the benefits of free and open

competition.

33.2

Any efforts by a Bidder to influence the Technical Evaluation

Committee in the Bid evaluation, Bid comparison or contract award

decisions may result in rejection of the Bidder’s Bid.

Page 36: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

17

33.3 The Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices

in competing for the contract in question.

34. Documents

sanctity

34.1 All documents/certificates submitted by the Bidder on line, shall be

considered by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri at the time of the qualification and technical

evaluation. If at any point of time on verification of the

documents/certificates submitted by the bidder found to be

false/fraud/fake/bogus/counterfeit etc. the contract shall be liable to be

rejected and necessary action shall be taken against the Bidder/firm as

per rule/law in force.

35. Code of

Integrity

35.1 Any person participating in the procurement process shall -

(a) not offer any bribe, reward or gift or any material benefit either

directly or indirectly in exchange for an unfair advantage in

procurement process or to otherwise influence the procurement

process;

(b) not misrepresent or omit that misleads or attempts to mislead so as

to obtain a financial or other benefit or avoid an obligation;

(c) not indulge in any collusion, Bid rigging or anti competitive behavior

to impair the transparency, fairness and progress of the

procurement process;

(d) not misuse any information shared between the procuring Entity

and the Bidders with an intent to gain unfair advantage in the

procurement process

(e) not indulge in any coercion including impairing or harming or

threatening to do the same, directly or indirectly, to any party or to

its property to influence the procurement process;

(f) not obstruct any investigation or audit of a procurement process;

(g) disclose conflict of interest, if any; and

(h) disclose any previous transgressions with any Entity in India or any

other country during the last three years or any debarment by any

other procuring entity.

Page 37: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

18

Executive Engineer,

Municipal Corporation,

Yamunanagar-Jagadhari

Conflict of

Interest

35.2 The Bidder participating in a bidding process must not have a Conflict of

Interest

I. A conflict of interest is considered to be a situation in which a party

has interests that could improperly influence that party's performance

of official duties or responsibilities, contractual obligations, or

compliance with applicable laws and regulations.

II. A Bidder may be considered to be in conflict of interest with one or

more parties in this bidding process if, including but not limited to:

a. have controlling partners/shareholders in common; or

b. Receive or have received any direct or indirect subsidy from any

of them; or

c. Have the same legal representative for purposes of this Bid; or

d. Have a relationship with each other, directly or through common

third parties, that puts them in a position to have access to

information about or influence on the Bid of another Bidder, or

influence the decisions of the Procuring Entity regarding this

bidding process; or

e. The Bidder participates in more than one Bid in this bidding

process. Participation by a Bidder in more than one Bid will result

in the disqualification of all Bids in which the Bidder is involved.

However, this does not limit the inclusion of the same sub Bidder,

not otherwise participating as a Bidder, in more than one Bid; or

f. The Bidder or any of its affiliates participated as a consultant in the

preparation of the design or technical specifications of the Goods

and Services that are the subject of the Bid; or

g. Bidder or any of its affiliates has been hired (or is proposed to be

hired) by the Procuring Entity as engineer-in-charge/ consultant

for the contract.

Page 38: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Section – 2 Annexure & Schedules

Page 39: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-1

Declaration/ Undertaking

(to be submitted on Non Judicial Stamp paper of Rs 100/- )

1. “I/We ------------------hereby declare that I/We shall treat the Bid documents, drawings

and other records, connected with the work, as secret confidential documents and shall

not communicate information derived to any person other than a person to whom I/We

am/are authorized to communicate the same or use the information in any manner

prejudicial to the safety of the same”. I/We understand that failure to observe the

secrecy of the Bids will render the Bid, liable to summary rejection.

2. I/We ---------------------------------(name of bidder) undertake and certify that we have

not been blacklisted/ debarred by Municipal Corporation, Yamunanagar-Jagadhari /

DULB / ULB / PHED, Haryana and any State / Central Govt. or their undertakings and

autonomous bodies; effective as on bid submission date.

3. I/We undertake and confirm that “for modifications/deviations to Conditions of Contract

/ Technical Specifications no price information is indicated in Envelope Cover 1 &

2.I/We understand that if this Undertaking is found to be incorrect, our Bid may not be

considered for Evaluation in future for financial evaluation, for which I/WE shall be

liable for all consequences and / or damages.

4. I/We _____________________________ the undersigned, hereby certify that I/We

have read, understood all the terms and conditions given in the Bid document,

including those in the addenda issued by the Department and the same are acceptable

to us without any deviations. If this declaration is found to be incorrect then without

prejudice to any other action that may be taken, my/our EMD & security may be

forfeited in full & the Bid, if any to the extent accepted may be cancelled.

5. I/we do not have, and our directors and officers not have, been convicted of any

criminal offence related to my/our professional conduct or the making of false

statements or misrepresentations as to my/our qualifications to enter into a

procurement contract within a period of three years preceding the commencement of

this procurement process, or not have been otherwise disqualified pursuant to

debarment proceedings;

6. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding

Document, which materially affects fair competition;

(Bidders authorized representative) Company Seal

Full Name ________________ Designation_______________ Address ___________________

Page 40: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-2

Bidder’s Information Sheet

Bidder’s Information

Bidder’s Legal Name

Bidder’s Country of

Constitution

Bidder’s Year of

Constitution

Bidder’s Legal Address in

Country of Constitution

Bidder’s Authorized

Representative

(name, address, telephone

numbers, fax numbers, e-mail

address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity

named above.

2. Authorization to represent the firm named in above, in accordance with ITB 20.1.

3. Enlistment certificate

(Bidders authorized representative)

Company Seal

Full Name ________________

Designation_______________

Address _________________

Page 41: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-3

JV/Consortium Information Sheet

Each member of a JV /Consortium must fill information in this form.

Bidder’s legal name

JV/Consortium Partner’s legal

name

JV/Consortium Partner’s

country of constitution

JV/Consortium Partner’s year

of constitution

JV/Consortium Partner’s legal

address in country of

constitution

JV/Consortium Partner’s

authorized representative

information

(name, address, telephone

numbers, fax numbers, e-mail

address)

Attach copies of the following documents.

1. Articles of incorporation or constitution of the legal entity named above.

2. Authorization to represent the firm named above.

3. In case of JV/Consortium, letter of intent to form JV or JV agreement.

(Bidders authorized representative)

Company Seal

Full Name ________________

Designation_______________

Address _________________

Page 42: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-4

Power of Attorney of the Representative of a Bidder

The firm M/s………………………………..authorize the following Representative to

sign and submit the Bid document, negotiate terms and conditions for the

contract, to sign the contract, to deal with the Municipal Corporation,

Yamunanagar-Jagadhari, to issue and receive correspondence related to all

matters of the Bid for the Project "CONSTRUCTION OF OFFICE BUILDING OF

MUNICIPAL CORPORATION, YAMUNA NAGAR-JAGADHARI”. We / M/s

_______________________ undertake the responsibility due to any act of the

representative appointed hear by.

For Partnership Firm’s

S. No. Name of the All Partner Signature of Partner with Seal

1.

2.

3.

4. Name and Designation of the person

Authorized

5. Attested Signature of the Authorized

Representative

For Limited Firm’s

Name and Designation of the person

Authorized

Firm

Address

Telephone No.

Fax No.

Telex No.

Authority By which the Powers is

delegated

Attested Signature of the Authorized

Representative

Name and Designation of person attesting

the signatures

• To be Prepared on Stamp Paper of Rs.100/- duly attested by Notary

Page 43: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-5

BID LETTER

To,

The Commissioner, Municipal Corporation, Yamunanagar- Jagadhari.

Sub.: “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR-JAGADHARI”

Ref: Your DNIT No. _________

Dear Sir,

1. Having carefully examined all the parts of the Bid documents and the

addenda (if any) for the execution of the above mentioned works, having

obtained all requisite information affecting this Bid, having visited the site

and being aware of all conditions and difficulties likely to affect the execution

of the contract, we, the undersigned, hereby offer to execute the single

responsibility job on Single Rate Percentage for (HSR+CP) items and Item

Rates for NS Items basis as described in the Bid Documents and to hand over

the whole of the said works in conformity with the drawings, conditions of

contract, technical conditions and scope of work, for the sum indicated in the

financial offer and such other sum as may be ascertained in accordance with

the Contract.

2. We declare that we have read and understood that we accept all clauses,

conditions, descriptions, drawings of the Bid documents volume I to volume

IV, and subsequent addenda (if any) without any change, reservations and

conditions. If any change, reservation or condition has been made in our Bid

we herewith withdraw it.

3. We undertake, if our Bid is accepted, to commence the work within 10 days

of the work order and to complete the work in the stipulated time for

completion.

4. If our Bid is accepted we will provide a security deposit in the required form

in the sums as stipulated in the Bid documents.

5. Unless and until the formal agreement is prepared and signed, this Bid,

together with your written acceptance thereof shall constitute a binding

contract between us.

6. We agree to abide by this Bid for the period of 120 days from the date of

opening of the Technical bid and it shall remain binding upon us and may be

accepted by you at any time before the expiry of that period, and not to

Page 44: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

make any modifications in its terms and conditions which are not acceptable

to you.

7. We are submitting the Earnest Money of Rupees Fifty Six Lakh only.

8. Duly Authorized to sign the bid for and on behalf of bidder in the capacity of

(Name, Address, Telephone, Email, Telefax, Telex)

Signature of the authorized representative ..............................................

(i) Designation.

(ii) Name of Bidder

Page 45: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-6

Bid for Works & Memorandum

1.1 I/We………………….. hereby agree to abide by and fulfill all terms and provisions of

the said conditions of contract annexed hereto so far as applicable, or in default

there of forfeit to and pay to the Commissioner ,Municipal Corporation

Yamunanagar- Jagadhari or its successor in office the sums of money mentioned

in the said conditions.

1.2 in case this Bid is accepted. The sum of Rs 56,56,000/- Paid to Commissioner

,Municipal Corporation Yamunanagar- Jagadhari as Earnest Money, the full

value of which is to be absolutely retained to the Commissioner ,Municipal

Corporation Yamunanagar- Jagadhari or its successor in office without prejudice

to any other rights or remedies of the Commissioner ,Municipal Corporation

Yamunanagar- Jagadhari or its successor in office.

Should I/We fail to commence the work specified in the below memorandum the

said sum of Rs……………… shall be forfeited by the Commissioner ,Municipal

Corporation Yamunanagar- Jagadhari on account of the security deposit specified

in clause I of the said conditions of contract.

1.3 Should I/We withdraw or modify the Bid within the bid validity period from the

date of opening of Technical Bid, my/our earnest money will stand forfeited to

Commissioner ,Municipal Corporation Yamunanagar- Jagadhari and in both the

cases any expenses which may be incurred in excess of the sum which would

have been paid to the original contractor if the whole work had been executed by

him (of amount of which excess the certificate in writing the Commissioner

,Municipal Corporation Yamunanagar- Jagadhari shall be final and conclusive)

shall be borne and paid by the original contractor and may be deducted from any

money due to him by Government/Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri under the contract or otherwise of from the proceeds

of sale of his property or a sufficient part thereof.

1.4 Memorandum

a)General Description (Name or work) :“ “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR-JAGADHARI””

Estimated Cost : Rs. 28.28 Crore

Earnest Money : Rs. 56.56 Lacs as mentioned in NIT

Time for Completion : 18 months

Page 46: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

2.1 Security Deposit and Performance Guarantee

Total Security Deposit

The Earnest Money of successful bidder shall be retained by the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

against the Performance Guarantee. The additional security @ 5% of gross

value of every running and final bill of the contractor shall also be deducted.

2.2 Performance Guarantee

The performance Bank guarantee shall be (5% of the contract value – (Minus)

the Earnest Money retained). The remaining performance Bank guarantee can

be deposited by the agency within 15 days of the allotment of work in the form

of bank guarantee as per format at Annexure-8. The BG should be issued by

any nationalized / schedule bank and shall remain valid upto 60 days beyond

defect liability period. Performance Bank Guarantee submitted against the

performance guarantee shall be unconditional and en-cashable/ revoked at Town

for which Bids are invited or at least at the concerned district head quarter when

presented in specified Branch Office.

3.0 Release of Security Deposit and Performance Bank Guarantee

3.1 Thne Performance guarantee i.e. Performance Bank Guarantee and EMD

retained as Performance Guarantee shall be released after completion of

work.

3.2 The remaining cash retained i.e. Security Deducted from bills (hereinafter

referred as Security Deduction) shall be released after the defect liability

period.

(i) All Taxes/Duties/Levies/Cess will be deducted from contractors all bills

on Gross amount as per Govt. Rules. If exemption in taxes/duties is

admissible to the contractor as per applicable law as on 28 days prior to

the bid submission, the necessary documentation / certificate /

representation of the same will be issued by Municipal Corporation,

Yamunanagar-Jagadhari to the contractor to avail that exemption by the

contractor. The bidders should therefore quote their prices accordingly.

Dated the ……………………….. Day of ……………………. 2018

Witness …………………………….

Occupation ……………………………

Signature of the Contractor ……………………………………

The above Bid is hereby accepted by me for and on behalf of Executive Engineer,

Municipal Council , -----------------------------.

Dated the ……………….. Day of ………………….2018………

Executive Engineer,

Municipal Corporation,

Yamunanagar-Jagadhari

Page 47: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-7 FORM OF AGREEMENT

THIS Agreement made the ________ day of ________2018 between the

Municipal Corporation, Yamunanagar-Jagadhari of the one part and

_____________________ of (hereinafter called Bidder) of the other part.

WHEREAS the Commissioner Municipal Corporation, Yamuna Nagar- Jagadhri is desirous for “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL

CORPORATION, YAMUNA NAGAR-JAGADHARI” WHEREAS the Municipal Corporation,

Yamunanagar-Jagadhari (HR) has accepted a Bid by the Bidder for the execution, completion and maintenance of such work,

NOW THIS AGREEMENT WITNESSES as follows:

1. In this Agreement words and expressions shall have the same meanings as

are respectively assigned to them in the conditions of Contract hereinafter

referred to.

2. The following documents shall be deemed to form and be read and

construed as part of this Agreement, viz.:

a) Form of agreement

b) Letter of award and any pre-award correspondence between

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

and the Bidder

c) Bid documents contained in;

• Vol-I : Instruction to Bidders (ITB), Bid Data, Contract Data, GCC & SCC

• Vol-II : Scope of Work and Detailed Specifications

• Vol-III : Drawings

• Vol-IV : Price Proposal (BOQ)

• All addenda issued d) The Bid Offer

3. The signed and initialed Bid Documents shall be deemed to form and be

read and construed as part of this Agreement.

4. In consideration of the payments to be made by the Municipal Corporation,

Yamunanagar-Jagadhari to the Bidder as hereinafter mentioned, the Bidder

hereby covenants with the Municipal Corporation, Yamunanagar-Jagadhari

to provide, execute, and to complete the work, remedy the defects,

commission the work and maintain it in conformity in all respects with the

provisions of the Contract.

5. The Municipal Corporation, Yamunanagar-Jagadhari hereby covenants to

pay the Bidder in consideration of the provisions, execution, completion of

the works, remedying of the defects therein and maintenance of the work

Page 48: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

the Contract Price or that sum as may become payable under the

conditions of the Contract at the times and in the manner prescribed by the

Contract.

6. The following are the salient data of the Agreement:

• Contract Sum : __________________

Capital Cost : __________________

• Earnest Money : Rs._________________

• Security Deposit : _____(5% of the work

done to be deducted

from running & final bill)

• Performance Guarantee : Rs__________________

• Time for completion

Execution Part : ____________________

____________________

Defect liability Period : ____________________

IN WITNESS thereof the parties to these present have hereto set and subscribed their

respective hands the day, month and year first above written.

SIGNED for and on behalf of Municipal Corporation, Yamunanagar-Jagadhari

_________________________________ _________________________________

Executive Engineer, Witness

Municipal Corporation

SIGNED for and on behalf of Bidder

_________________________________ ________________________________

Authorized representative of Bidder Witness

Page 49: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure-8

Performance Bank Guarantee

To

[Name of Department]

[Address of Department]

[Name of work]

WHEREAS [name and address of Contractor] (hereafter called “the

contractor”) has undertaken, in pursuance of Contract No. _______ dated

___________ to execute [name of Contract and brief description of Works]

(hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the

Contractor shall furnish you with a Bank Guarantee by a recognized bank for

the sum specified therein as security for compliance with his obligation in

accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank

Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and

responsible to you on behalf of the Contractor, up to a total of _______

[amount of guarantee]* ______ (in words), such sum being payable in the

types and proportions of currencies in which the Contract Price is Payable,

and we undertake to pay you, upon your first written demand and without

cavil or argument, any sum or sums within the limits of_________ [amount

of guarantee] as aforesaid without your needing to prove or to show grounds

or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the

contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the

terms of the Contract or of the Works to be performed there under or of any

of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee,

and we waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the expiry of contract

completion period i.e. upto dated ______.

Page 50: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Signature and Seal of the Guarantor _____________ Name of Bank

________________ Address ______________________ Date

____________________

* An amount shall be inserted by the Guarantor, representing the

percentage of the Contract Price specified in the Contract including

additional security for unbalanced Bids, if any and denominated in Indian

Rupees.

Page 51: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Annexure – 9

Joint Venture/Consortium Agreement

(On Rs. 100 Stamp Paper)

Memorandum of Understanding for Joint Venture/Consortium

This Memorandum of Understanding (hereinafter referred to as "MOU") is made and entered

into this -------------------- ("Effective Date").

BETWEEN

M/s. ____________________________________________________________, a company

incorporated, and having its registered office at _______________________ (Hereinafter

referred to as the "First Party"/ "One Partner");

M/s. ___________________________________________________) a company

incorporated, and having Registered office at _______________________________

(Hereinafter referred to as the "Second Party"/ “Each Partner”); Hereinafter jointly referred

to as the "Parties" and individually as "Each Party" or "a Party” as the case may be.

WHEREAS,

A) The Government of Haryana through Commissioner, Municipal Corporation,

Yamunanagar-Jagadhari (HR), (hereinafter referred to as the procuring entity) invited

bid for _____________ ________________

(B) The Parties hereto formed a Joint Venture /Consortium or will form a joint venture

(hereinafter referred to as the "JV") to jointly execute the above project in all respect

NOW THEREFORE IT IS HEREBY AGREED as follows

ARTICLE 1: JOINT VENTURE:

1.1. The Parties hereto agree to form the Joint Venture with ___________ designated as

the One Partner and First Partner.

1.2. _____________ shall be the Second Member – or Second Partner

ARTICLE 2: JOINT VENTURE NAME:

2. The JV shall do business in the name of “___________ Joint Venture”.

ARTICLE 3: JOINT AND SEVERAL LIABILITY:

3. The Parties hereto shall, for the above-referred Projects, be jointly and severally

liable to the Department for the execution of the Projects in accordance with the

Contract till the actual completion of Contract including defect liability period.

Page 52: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

ARTICLE 4: PROPORTIONATE SHARE:

4.1 Each member of the Joint Venture agrees to place at the disposal of the Joint

Venture, the benefit of all its experience, technical knowledge and skill, and shall in

all respects bear its share of responsibility and burden of completing the contract. The

parties herein shall be responsible for physical and financial distribution of work as

under.

Mention Lead Partner Name and Financial responsibility: ------------------------

Physical responsibility: --------------------------------------------------

Other Partners: Financial responsibility: -----------------------------

Physical responsibility: --------------------------------------------------

4.2 All rights, interests, liabilities, obligations, risks, costs, expenses and pecuniary

obligations and all net profits or net losses arising out of the Contract shall be shared

or borne by the Parties in the above Proportions.

4.3 The members in the proportion as mention in article 4.1, shall contribute sufficient

Initial fixed capital for timely execution of the project including commissioning &

operating period as per the contract.

ARTICLE 5: JOINT EFFORT AND MANAGEMENT:

5.1 The Parties shall participate as a JV in the submission of bids and further negotiations

with the Department and shall co-operate and contribute their respective expertise

and resources to secure and execute the Projects.

5.2 On award of Projects, the First Partner in consultation with the other members of JV

will decide on the final management structure for the successful execution of the

Projects as per the terms of Contract.

5.3 All the Parties hereby agree to pool in their financial, administrative, managerial,

technical and material resources for execution of the Projects, including

commissioning & for the period as stipulated in the contract. The share of interest of

the JV shall be as per the mutual understanding for the successful completion of the

project.

ARTICLE 6: EXCLUSIVITY:

6.1 The co-operation between the Parties hereto shall be mutually exclusive i.e. none of

them shall without the other Party's consent & prior approval of Municipal

Corporation, Yamunanagar-Jagadhari, approach or cooperate with any other parties in

respect of the Project.

6.2 In the course of working as associates, the parties to the JV will be sharing

information with each other which may be proprietary /confidential information

Page 53: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

/knowledge acquired by each other. It is hereby agreed that the parties will maintain

complete secrecy regarding such information / knowledge and will not divulge to any

party for any other purpose except for the success of the joint execution of the

contract. All parties will also indemnify each other against any claim that may arise

out of using information, which are being claimed proprietary.

ARTICLE 7: Memorandum of Understanding:

7.1 This Memorandum of Understanding shall be terminated:-

a. if the Parties mutually confirm that the JV's bid proposal has not been finally

accepted by Department and all rights and obligations of the Parties under or

in connection with this Memorandum of Understanding have ceased, or

b. after successful completion of the project including commissioning & defect

liability period from the date of this Memorandum of Understanding unless

extended for a further period on demand of Municipal Corporation,

Yamunanagar-Jagadhari & mutual consent of the Parties, or

7.2 The Memorandum of Understanding can be modified by mutual consent of the Parties

to suit the efficient and expeditious execution of Projects including commissioning to

make this agreement more meaningful to suit the requirements of Department after

the consent of the Department.

ARTICLE 8: ARBITRATION:

8.1 Any dispute resulting from this Agreement shall be settled amicably by mutual

Consultation by the Managing Directors/Chairman of ___________&_____________.

In the event that an amicable settlement is not reached within 60 days in any

particular case, the dispute shall be referred to arbitration and shall be resolved in

accordance with and subject to the provisions of the __________________________

and any statutory modifications and enactment hereof for the time being in force. The

decision of the arbitrators shall be final and binding upon both parties. The venue of

arbitration will be ____________.

ARTICLE 9: GOVERNING LAWS:

9.1 This Agreement shall in all respects be governed by and interpreted in accordance

with the __________ Laws.

ARTICLE 10: CONFIDENTIALITY:

10.1 No Party hereto shall disclose to any other party any information of a confidential

nature including but not limited to trade secrets, know-how acquired from any Party

in connection with the subject matter of this Agreement.

Page 54: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

ARTICLE 11: ADDRESS OF CONSORTIUM:

Any and all correspondence from the Department to the JV shall be addressed to

(name of JV) at the address stated herein below–(any one of the partners). The

address of the Consortium office of the partner companies will be deemed to be the

address for the purpose of communication.

The notice, if any required to be served on the party by the other party, will be

deemed to be served, if the said notice / communication is delivered by Registered

Post at the respective address (name of JV)

_________________________

_________________________

ARTICLE 12: Authorized Representative:

The JV shall nominate a Representative who shall have the authority to conduct all

business for and on behalf of any and all the parties of the JV during the bidding

process and, in the event the JV is awarded the Contract, during contract execution.

Authorized Representative of JV: __________________

ARTICLE 13: ASSIGN ABILITY:

13.1 The interests and rights of a Party in the Contract and as a Party of the Joint Venture

shall not be transferable or assignable without the written consent of the Department

& other party.

ARTICLE14: INTERPRETATION OF HEADINGS:

14. The headings of each of the Articles herein contained are inserted merely for

convenience of reference and shall be ignored in the interpretation and construction

of any of the provisions herein contained.

ARTICLE 15: OTHERS

15.1 Any other matters not contained in this Agreement shall be discussed and amicably

agreed upon by the Parties in the spirit of mutual trust and cooperation for timely

completion of project including commissioning & operation of project. Notwithstanding

anything above all the Parties are severally and jointly responsible to the Department

for execution of the Contract.

IN WITNESS WHEREOF the Parties here to have caused this Agreement to be executed by

each of the duly authorized representatives as appearing below:-

Signed by

For and on behalf of

__________________________________

in the presence of:

Page 55: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Name :

Designation:

Name:

Designation

For and on behalf of

__________________________________

in the presence of:

Name :

Designation:

Name:

Designation

Page 56: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Qualification Schedules

Preamble to Schedules

Bidders are required to provide complete information asked in the schedules. No

schedule or item of schedule is to be left blank. In case, a particular schedule or item in

schedule is not applicable, the same should be clearly indicated. The information

provided in the schedules shall be used for qualification evaluation of the Bids to assess

the suitability and conformity of the firm/ offer.

Signature of authorized representative

Company Seal

Page 57: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-1

For Qualification of Firms

Each Bidder must fill information in this form.

a) Average Annual Construction Turnover for 5 financial years:

(i) Net Worth as per certificate of Chartered Accountant based on audited balance

sheets.

b) Credit Limit (fund based and non based):

c) Bidding Capacity:

d) Bidding Capacity = 2 x A x N-B

Where: A= Maximum annual construction turnover of the bidder in last five Financial

Year as per table in a) above.

N= Stipulated period of execution of contract in year.

B= Liability of present works in hand during the contract period. Value of B shall be

calculated as per details given in Schedule -2

NOTE:

(i) Audited Balance Sheets for above years should be enclosed.

(ii) Average Annual Construction Turnover of the bidder shall be as per certificate of

Chartered Accountant based on audited balance sheets.

(iii) Net worth Turnover of the bidder shall be as per certificate of Chartered

Accountant based on audited balance sheets.

(iv) The Bidder must have access to bank credit limit, both fund based and non-fund

based. The bidder has to submit the relevant sanction letter from Bank(s) /

financial institution(s) along with qualification documents

(v) The certificate of credit limit issued by bank shall be of period within 3 months

from date of opening of qualification bid.

Company Seal Bidder’s Authorised Signature

Page 58: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-2

Calculation for Bidding Capacity

The bidder shall provide the information given below on a non judiciary stamp paper of

Rs. 100/-, with a declaration as mentioned below:

AFFIDAVIT

This is to certify that the status of the present works in hand as on date of submission of

BID for which either order are received or the work is under execution but which are still

not completed is as under:

(Amount in Crore)

S.

N

o

Brief

Descript

ion of

work

Stipul

ated

date

of

start

Stipulat

ed date

of

completi

on

Time left

for

executio

n after

date of

publicati

on of

DNIT in

months

Cost

of

award

ed

work

Cost of

work

execute

d up to

date of

publicati

on of

DNIT

Balance

cost of

unexecuted

work as on

date of

publication

of DNIT

Remaining

cost of work

to be

executed in

stipulated

period of

execution of

contract in

year (B)*

1 2 3 4 5 6 7 8= (6-7) 9=8, for 5<N Months 9=8xN Months/5 for 5> N months

Total of Column 9, as “B” for calculating Bidding Capacity

This is certified that value of ‘B’ as per column (9) is true in all respect and can be used

for calculation of the bidding capacity. This is also certified that other orders under

execution by the firm shall not materially affect the bidding capacity of the firm as

required in this Bid.

Signature with Seal of Authorised signatory for Bid

Page 59: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Note:- (1)*B = Liability of present work in hand during the contract period.

(2) For the works, which could not be completed within stipulated date of

completion, the bidder shall attach proof for their extension, otherwise its

time left, as per column no. 5, shall be considered less than stipulated

completion period of the proposed works and all unexecuted works shall be

considered as balance liabilities (column no. 9) during this period

(3) Bidder shall provide documentary proof in support of the information

provided in columns 2 to 7 of above table.

N= Stipulated period of execution of contract in months.

Page 60: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-3

Form for Financial Stability

AFFIDAVIT

I/ we______________________________________, having my/ our registered office at

___________________________________, submitting my/ our Bid “CONSTRUCTION OF

OFFICE BUILDING OF MUNICIPAL CORPORATION, YAMUNA NAGAR-JAGADHARI” certify that my

/our firm have not applied for Corporate Debt Restructuring (CDR) or facing recovery

proceedings from financial institutions or facing winding up proceedings or those under BIFR in

the last 3 Financial Years and up to date of Bid Submission.

Signature of the Authorized Signatory of Bidder

Name of the Authorized Signatory of Bidder

Name & address of the Bidder

Date

Page 61: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-4

EXPERIENCE OF CONTRACT (PROJECT EXECUTION)

The bidder should have experience of the works as defined in Qualification Criteria in ITB

Vol-I (In Bid Data).

The detail of the qualifying work(s) shall be submitted in the following format along with

the technical bid.

S.N

Nam

e o

f Pro

ject/

Contr

act

Nam

e o

f C

lient

Work

Ord

er

No/

date

/ am

ount

Date

of sta

rt

of

Pro

ject

Date

of

Com

ple

tion o

f pro

ject

Am

ount

of

com

ple

ted

work

C

om

ple

tion

cert

ific

ate

is

suin

g

auth

ority

/ no/

date

Reference of documentary proof Work Order (enclosed at

page No)

Completion certificate (enclosed at page

No)

Main Component of the work

Company Seal Bidder’s Authorised Signature

Page 62: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-5

KEY EXPERIENCE

Qualification Criteria as in Clause 8.8 of ITB and Bid data (Section 5).

S.N

Nam

e o

f Pro

ject/

C

ontr

act

Nam

e o

f C

lient

Work

Ord

er

No/

date

/ am

ount

Date

of sta

rt o

f Pro

ject

Date

of

Com

ple

tion o

f pro

ject

Am

ount

of com

ple

ted

work

Com

ple

tion c

ert

ific

ate

is

suin

g a

uth

ority

/ no/

date

Reference of documentary

proof

Detail of work completed under the project

Work Order

(enclose d at page No)

Completion

certificate (enclosed at page

No)

Description of Item

Size/ Capacity

Quantity

…….

…….

…….

…….

…….

Page 63: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Schedule-6

Historical Contract Non-Performance

(Following table shall be filled in by the Bidder)

Date:

Bidders Legal Name : (insert full name) Bidders party Legal name : (insert full name)

Page (Insert page No) of (insert total number) pages

1. History of Non-Performing Contracts:

Non-Performing Contracts

Contract non-performance did not occur during the last 2 years prior to the

deadline for bid submission, in accordance with qualification criteria.

OR

Contract(s) not performed during the last 2 years prior to the deadline for bid

submission, in accordance with qualification criteria, is (are) indicated below:

Year Non-performed

portion of

contract

Contract Identification Total Contract

Amount (current

value)

(insert Year) (insert amount

& percentage)

Contract identification: (insert

complete contract name,

number, and any other

identification)

Name of Department: (insert

full name)

Address of Department: (insert

street/ city/ country)

Reason(s) for non performance:

(indicate main reason(s))

(inset amount)

Please mark TICK sign in the box given above as applicable.

2. Failure to Sign Contract:

Failure to Sign Contract

No failure to sign a contract in accordance with the qualification criteria.

OR

Failure to sign a contract in accordance with the qualification criteria, is (are)

indicated below

Year Contract Identification Total Contract Amount Reasons for failure

to Sign Contract

(insert Year) Contract identification:

(insert complete contract

name, number, and any

other identification)

Name of Institution: (insert full name) Address of Institution:

(insert street/ city/

country)

(insert Amount)

3. Pending Litigation:

Page 64: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Pending Litigation

No pending litigation in accordance with the qualification criteria.

OR

Pending litigation in accordance with the qualification criteria, is (are) indicated

below

Year of

Dispute

Amount in

Dispute

Outcome as

% of net

worth

Contract Identification Total

Contract

Amount

(insert

Year)

(insert amount)

(insert

percentage)

Contract identification:

(insert complete contract

name, number, and any

other identification)

Name of Department:

(insert full name)

Address of Department:

(insert street/ city/

country)

Matter is dispute:

(indicate main issue in

dispute)

Status of dispute:

(indicate if it is being

treated by the

Adjudicator, under

Arbitration or being dealt

with by the Judiciary)

Please mark TICK sign in the box given above as applicable.

Page 65: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

SECTION – 3

GENERAL CONDITIONS OF CONTRACT

Page 66: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Security Deposit Clause – 1

The person/persons whose Bid may be accepted (hereinafter called

the Contractor) shall permit the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri, or his authorized

representative at the time of making any payment to him for work

done under the Contract to deduct such sum as 5% of all money so

payable in addition to 5% of the estimated cost of the work (2%

earnest money & 3% performance guarantee) already deposited as

security before commencement of the work. Such deductions to be

held by Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri or by his authorized representative by way of security

deposits.

Compensation of delay Clause – 2

The time allowed for carrying out the work as entered in the Bid shall

be strictly observed by the Contractor, and shall be reckoned from

the 10th day on which the order to commence work is given to the

Contractor. The work shall throughout the stipulated period of the

Contract be proceeded with all due diligence (time being deemed to

be the essence of the Contract on the part of the Contractor) and the

Contractor shall pay as compensation an amount equal to one

percent which the Engineer-in- Charge may levy on the amount of

the estimated cost of the whole work as shown by the Bid for every

day that the work remains un commenced or unfinished, after the

proposed dates. And further, to ensure good progress during the

execution of work the Contractor shall be bound, in all cases in which

the time allowed for any work exceeds one month to complete one-

fourth of the whole of the work before one-fourth of the whole time

allowed under the Contract has elapsed; one-half of the work, before

one-half of such time has elapsed; and three-fourth of the work,

before three-fourth of such time has elapsed. In the event of the

contractor failing to comply with his condition, he shall be liable to

pay as compensation an amount equal to one percent which the

Engineer-in-Charge, may levy on the said estimated cost of the

whole work for every day that due quantity of work remains

incomplete; provided always that the amount of compensation to be

paid under the provisions of this Clause, shall not exceed ten percent

of the estimated cost of the work as shown in the Bid. The

Superintending Engineer/Competent Authority on representation in

Page 67: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

writing from the Contractor may reduce the amount of compensation

and his decision in writing shall be final.

Risk and Cost Clause

Clause – 3

In any case under any Clause or Clauses of this Contract, the

contractor shall have rendered himself liable to pay compensation to

the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

Engineer-in-Charge on behalf of the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri, as best suited in the interest

of Government shall have power to adopt any of the following

courses, as he may deem best suited to the interests of

Commissioner, Municipal Corporation, Yamunanagar – Jagadhri or

his authorized representative.

a) To rescind the Contract of which rescission notice in written to the

Contractor under the hand of the Engineer-in-Charge shall be

conclusive evidence, and in which case the security of the Contractor

shall stand forfeited, and be absolutely at the disposal of

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

b) To employ labour paid by the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri & to supply material to carry

out the work or any part of the work debiting the contractor with the

cost of the labour & the price of the materials (of the amount of

which cost & price a certificate of the Executive Engineer shall be

final & conclusive against the contractor) & crediting him with the

value of the work done, in all respects in the same manner and at

the same rates as if it had been carried out by the contractor under

the terms of his contract. The certificate of Executive Engineer as to

the value of the work done shall be final & conclusive against the

contractor.

c) To measure up the work of the contractor, & to take such part

there of as shall be unexecuted out of his hands & to give to another

contractor to complete, in which case any expenses which may be

incurred in excess of the sum which would have been paid to the

original contractor if the whole work had been executed by him (the

amount of excess, for which the certificate in writing of the EIC shall

be final and conclusive) may be deducted from any money due to

him by Commissioner, Municipal Corporation, Yamunanagar –

Jagadhri or his authorized representative under the contract or

Page 68: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

otherwise or from his security deposit.

In the event of any of the above courses being adopted by the EIC,

the contractor shall have no claim to compensation for any loss

sustained by reason of his having purchased or procured any

materials, or entered into any engagement are made any advances

on account of or with a view to the execution of the work or the

performance of the contract; and, in case the contract shall be

rescinded under the provision aforesaid the contractor shall not be

entitled to recover or be paid any sum for any work therefore,

actually performed under this contract unless & until the EIC will

have certified in writing the performance of such work & the value

payable in respect thereof, & the contractor shall only be entitled to

be paid the value so certified

Contractor remains

liable to pay,

compensation if action

not taken under

clause–3

Power to take

possession or require

removal or sell

contractor’s plant

Clause – 4: -

In any case in which any of the powers conferred upon EIC by clause

3 hereof shall have become exercisable & the same shall not be

exercised, the non exercise thereof shall not constitute a waiver

of any of the conditions hereof & such powers shall not withstanding

be exercisable in the event of any future case of default by the

contractor for which by any clause or clauses thereof, he is declared

liable to pay compensation amounting to the whole of his security

deposit, & the liability of the contractor for past & future

compensation shall remain unaffected.

In the event of the EIC putting in force either of power 3(a) or 3 (c)

vested in him under the preceding clause he may, if he so desires,

take possession of all or any tools, plant, materials & stores in or

upon the works, or the site thereof, or belonging to the contractor or

procured by him and intended to be used for execution of the work

or any part thereof, paying or allowing for the same in account at

the contract rates, or in case of these not being applicable at current

market rates to be certified by the EIC whose certificate there of

shall be final. Otherwise the EIC may by notice in writing to the

contractor or his clerks of the works, foreman or other authorized

agent require him to remove such tools, plant materials or stores

from the premises (within a time to be specified in such notice); and

in the event of the contractor failing to comply with any such

requisition, the EIC may remove them at the contractor’s expenses

or sell them by auction or private sale on account of the contractor &

Page 69: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

at his risk in all respect, & the certificate of EIC as to the expense for

any such removal, & the amount of the proceeds & expense of any

such sale, shall be final and conclusive against the contractor.

Extension of time Clause – 5: -

The competent authority in consultation with EIC shall as the power

to grant Extension of Time.

Contractor to submit returns every months for any work claimed as extra:

Clause 5 (a) – The Contractor shall deliver in the office of the EIC,

on or before the 10th day of every month during continuance of the

work covered by this contract, a return showing details of any work

claimed as extra & as such return shall contain the value of such

work as claimed by the Contractor, which value shall be based upon

the rates and prices mentioned in the Contract schedule of rates in

force in the district for the time being. The Contractor shall include in

such monthly return particulars of all claims of whatever kind and

however arising which at the date thereof he has or may claim to

have against the EIC under or in respect of a manner arising out of

the execution of work and the Contractor shall be deemed to have

waived all claims not included in such return and will have no right to

enforce any such claims not so included whatsoever be the

circumstances

Final Certificate Clause – 6

Without prejudice to the rights of Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri or his authorized

representative under any Clause hereinafter contained on completion

of the works, the Contractor shall be furnished with a certificate by

EIC of such completion, but no such certificate shall be given nor

shall the work be considered to be complete until the Contractor

shall have removed from the premises on which the work shall be

executed all scaffolding, surplus materials and rubbish and cleaned

off the dirt from all wood works, doors, windows, walls, floors or

other parts of any building, in upon or about which the work is to be

executed, or of which he may have had possession for the purpose

of the execution thereof, and the measurements in the said

certificate shall be binding and conclusive against the Contractor, if

the Contractor shall fail to comply with the requirements of this

Clause as to removal of scaffolding, surplus materials and rubbish

and cleaning of dirt on or before the date fixed for the completion of

the work, the Engineer-in- charge may, at the expense of the

Page 70: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

contractor, remove such scaffolding, surplus materials & rubbish and

dispose of the same as he think fit and clean off such dirt as

aforesaid; and the Contractor shall forthwith pay the amount of all

expense so incurred and shall have no claim in respect of any such

scaffolding or surplus materials as aforesaid, except for any sum

actually realized by the sale thereof less any expenses by the

Engineer- in-Charge in connection there with.

Payment on intermediate certificate to be regarded as advances

Clause 7

No payment shall be made for works estimated to cost less than one

thousand rupees, till after the whole of the works shall have been

completed and a certificate of completion given. But in case of works

estimated to cost more than One thousand rupees, the Contractor

shall on submitting the bill thereof, be entitled to receive a monthly

payment in full or part thereof as approved & passed by the

Engineer-in-Charge whose certificate of such approval and passing of

the sum so payable shall be final and conclusive against the

Contractor; But all such intermediate payments shall be regarded as

payments by ways of advance against the final payments only and

not as payments for work actually done and completed and shall

not preclude the requiring of bad, unsounded and imperfect or

unskillful work to be removed and taken away and reconstructed or

re-erected, or be considered as an admission of the due performance

of the Contract or any part thereof in any respect, or the accruing of

any claim, nor shall it conclude or any of them as to the final

settlement & adjustments of the account or otherwise or in any other

way vary or affect the contract. The final bill shall be submitted by

the Contractor within one month of the date fixed for completion of

the work otherwise the Engineer-in-Charge’s certificate of the

measurement and of the total amount payable “for the project“

accordingly shall be final and binding on all parties.

Bill to be submitted monthly

Clause 8

A bill shall be submitted by the contractor each month on or before

the date fixed by the Engineer-in-charge for all work executed in the

previous month & the Engineer-in-charge shall take the requisite

measurement for the purpose of having the same verified & the

claim so far as admissible; adjusted, if possible, before the expiry of

ten days from the presentation of the bill. If the contractor does not

Page 71: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

submit the bill within the time fixed as aforesaid, the Engineer-in-

charge may depute a subordinate to measure up the said work in the

presence of the Contractor, whose counter signature to the

measurement list will be sufficient warrant & Engineer-in-charge may

prepare a bill from such list which shall be binding on the contractor

in all respects.

Bill to be on printed forms

Clause 9

The contractor shall submit all bills in triplicate on printed forms to

be had on application from the office of the Engineer-in-charge and

the charges in the bills shall always be entered at the rate specified

in the Bid or in the case of any extra works ordered in pursuance of

these conditions, & not mentioned or provided for in the Bid, at the

rates hereinafter provided for such works.

Stores supplied by the Government

Clause 10: -

If the specification or the estimate of the work provide for the use of

any special description of materials to be supplied from Engineer-

in- charge’s store or if it is required that the contractor shall use

certain stores to be provided by the Engineer-in-charge (Such

materials and stores, and the prices to be charged therefore as

hereinafter mentioned being so far as practicable for the

convenience of the contractor, but not so as in any way to control

the meaning or effect to this contract, specified in the schedule or

memorandum hereto annexed), the contractor shall be supplied with

such materials & stores required from time to time to be used by him

for the purpose of the contract only, & the value of the full quantity

of materials & stores so supplied to the rates specified in the said

schedule or memorandum may be set off or deducted from any

sums then due, or hereafter to become due to the contractor under

the contract, or otherwise, against or from the security deposit or

the proceeds of sale thereof if the same is held in Government

securities the same of the sufficient portion thereof being in this case

sold for the purpose. All material supplied to the Contractor shall

remain the property of the Contractor but shall not on any account

be removed from the site of the work without the written permission

of the Engineer-in-charge, & shall at all times be open to inspection

by him. Any such materials unused and in perfectly good condition at

the time of the completion of the Contract, shall be returned to the

Engineer-in-charge’s store by a notice written under his hand he

Page 72: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

shall so require, but the contractor shall not be entitled to return any

such materials unless with such consent and shall have no claims for

compensation on account of any such materials so supplied to him as

aforesaid being unused by him, or for any wastage in or damage to

any such materials.

Works to be executed in accordance with specifications, drawings & orders

Clause – 11:

The contractor shall execute the whole & every part of the work in

the most substantial & workman like manner & both as regard

materials and otherwise every respect in strict accordance with the

Haryana PWD specifications or otherwise as may be specifically

provided. The contractor shall also confirm exactly, fully & faithfully

to the designs drawings, and instructions in writing relating to the

works signed by the. Engineer-in-charge & lodged in the office & to

which the contractor shall be entitled to access at such office or on

the site of the work for the purpose of Inspection during office hours

and the contractor shall, if he so required be entitled at his own

expense to make or cause to be made, copies of the specifications &

of all such designs, drawings and instructions as aforesaid.

Removal of employee workman and foreman

Clause 11 (a):

The Engineer-in-charge shall have full powers at all times to objects

to employment of any workman, foreman or other employee on the

works by the contractor, and if the contractor shall receive notice in

writing from the Engineer-in-charge requesting the removal of any

such foremen. Man or men from the work, the contractor shall

comply with the request forthwith. No such workman, foreman, or

other employee after his removal from the works by the Engineer-in-

charge shall be re-employed or re-instated on the works by the

contractor at any time except with the previous approval in writing of

the Engineer-in-charge. The contractor shall not be entitled to

demand the reason from the Engineer-in-charge for requiring the

removal of any such workman, foreman, or other employee.

Page 73: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Alterations in specifications & design do not invalid contracts. Extension of time in consequence of alterations. Rates for works not in estimate or schedule of rates of the district.

Clause – 12:

The Engineer-in-charge shall have power to make any alteration or

omissions or additions to, or substitutions for the original

specifications, drawings designs & instructions, that may appear to

him to be necessary or advisable during the progress of the work &

the contractor shall be bound to carry out the work in accordance

with any instructions which may be given to him in writing signed by

the Engineer-in-charge & such alteration, omissions, additions or

substitutions shall not invalidate the contract, & any altered,

additional or substituted work which the contractor may be directed

to do in the manner above specified as part of the work shall be

carried out by the contractor on the same conditions in all respects

on which he agreed to do the main work, & at the same rates as

specified in the Bid for the main work.

The time for the completion of the works shall be extended in the

proportion that the altered additional or substituted work bears to

the original contract work, & the certificate of the Engineer-in-charge

shall be conclusive as to such proportion;

and if the altered, additional of substituted work includes any class

of work, for which no rate is specified in this contract, then such

class of work shall be carried out at the rates entered in the schedule

of item of the district, subject to the same percentage above or

below as for the items included in the contract, & if such class of

work is not entered in the schedule of item of the district then the

contractor shall within seven days of the date of his receipt of the

order to carry out the work, inform the Engineer-in-charge of the

rate which it is his intention to charge for such class of work and if

EIC does not agree to his rate, he shall by notice in writing be at

liberty to cancel his order to carry out such class of work, & arrange

to carry to out in such manner as he may consider advisable, provide

always that if the contractor shall commence work or incur any

expenditure in regard thereto before the rates shall have been

determined as lastly herein before mentioned, then & in such case

he shall only be entitled to be paid in respect of the work carried out

or expenditure incurred by him prior to the date of the determination

of the rates as aforesaid according to such rate or rates as shall be

fixed by Engineer-in-charge. In the event of a dispute, the decision

of the Commissioner, Municipal Corporation, Yamunanagar -

Page 74: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Jagadhri shall be final.

No compensation for alteration in work/rescinding the work

Clause 13:

If at any time after the commencement of the work, the Engineer-

in-charge, Municipal Corporation, Yamunanagar - Jagadhri shall for

any reason whatsoever, not require the whole work thereof as

specified in the Bid to be carried out, the Engineer-in-charge shall

give notice in writing of the fact to the contractor who shall have no

claim to any payment or compensation, whatsoever on account of

any profit or advantage, which he might have derived from execution

of the work in full but which he did not derive in consequence of the

full amount of the work not having been carried out; neither shall

have any claim for compensation by reason of any alteration having

been made in the original specification, drawings, design &

instructions which shall invoice any curtailment of the work as

originally contemplated.

Action & compensation payable in case of bad work

Clause 14: -

If it shall appear to the Engineer-in-charge or his subordinate in

charge of the work, that any work has been executed with unsound,

imperfect or unskillful workmanship or with material of any inferior

description or that any materials or articles provided by him for the

execution of the work are unsound or of a quality inferior to that

contracted for, or otherwise not in accordance with the contract, the

contractor shall on demand, in writing from Engineer-in-charge,

specifying the work, materials or articles complained of,

notwithstanding that the same may have been inadvertently passed

certified & paid for, forthwith rectify, or remove & reconstruct the

work so specified in whole or in part, as the case may require, or, as

the case may be, remove the materials or articles so specified &

provide other proper & suitable material or articles at his own proper

charge & cost & in the event of his failing to do so within a period to

be specified by the Engineer-in-charge in his demand aforesaid, then

the contractor shall be liable to pay compensation at the rate of one

percent of the amount of the estimated cost of work covered by this

contract for every day not exceeding 10 days while his failure to do

so shall continue & in case of any such failure, the Engineer-in-

charge may rectify or remove & re-execute the work or remove &

replace with other materials or articles complained or as the case

may at the risk & expense in all respects of the contractor.

Page 75: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Work to be open to Inspections, Contractor or his responsible agent to be present

Clause 15:

All works under or in course of execution or executed in pursuance of

the contract shall at all times be open to the inspection & supervision

of the Engineer-in-charge and his subordinates and the contractor

shall at all times, during the usual working hours, and at all other

times at which reasonable notice of the intention of the Engineer-in-

charge or his subordinate to visit the work shall have been given to

the contractor, either himself be present to received orders and

instructions, or have a responsible agent duly accredited in writing

present for the purpose . Order to be given to the contractor’s agent

shall be considered to have the same force as if they had been given

to the contractor himself.

Notice to be given before work is covered up.

Clause 16:

The contractor shall give not less than five days’ notice in writing to the

Engineer-in-charge or his subordinate –in-charge of the work before

covering up or otherwise placing beyond the reach of measurement any

work in order that same may be measured & contract dimensions thereof

be taken before the same is so covered up or placed beyond the reach of

measurement & shall not cover or place beyond the reach of

measurement any work without the consent in writing of the Engineer-in-

charge or his subordinate –in-charge of the work; & if any work shall be

covered up or placed beyond the reach of measurement without such

notice having been given or consent obtained, the same shall be

uncovered at the contractor expense, or in default thereof, no payment

or allowance shall be made for such work or the materials with which the

same was executed.

Contractor liable for damage done & for imperfections for 3 months after certificate

Clause –17:

If the contractor or his work people or his servants shall break,

deface, injure or destroy any part of a building in which they may be

working or any building, road, fence, enclosure or grassland

cultivated ground Continuous to the premises on which the work or

any part of it is after being executed, or if any damage shall happen

to the work while in progress from any cause whatever or any

imperfections become apparent in three month after the certificate

final or other of its completions shall have been given by Engineer-

in-charge as aforesaid, the contractor shall make the same good at

his own expense or in default the Engineer-in- charge may cause the

same to be made good by other workman, & deduct the expense (of

Page 76: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

which the certificate of the Engineer-in-charge shall be final) from

any sums that may be then, or at any time thereafter may become

due to the contractor or from his security deposit.

Contractor to supply ladders, plant, scaffolding etc: and is liable for damages arising from non- provision of lights and fencings etc

Clause-18:

The contractor shall supply at his own cost all material (except such

special materials if any may in accordance with the contract be

supplied from the Engineer-in-charge’s stores), plants, tools

appliances implements, ladders, tackle, scaffolding & temporary

works, requisite or proper execution of the work, whether original,

altered or substituted & whether included in the specifications or

other documents forming part of the contract or referred to in these

conditions or not, or which may be necessary for the purpose of

satisfying or complying with the requirements of the Engineer-in-

charge as to any matter as to which under those conditions he is

entitled to be satisfied or which he is entitled to require together

with carriage therefore to & from the work. The contractor shall also

supply without charging the requisite number of persons with the

means & material necessary for the purpose of setting out works &

counting, weighing & assisting in measurement and examination at

any time failing which the same may be provided by the Engineer-in-

charge at the expense of the contractor & the expense may be

deducted from any money due to the contractor under the contract,

or from his security deposit or the proceed of sale thereof, or of a

sufficient portion thereof the contractor shall also provide all

necessary fencing & lights required to protect, the public from

accident & shall be bound to bear the expenses of defense or every

suit, action or other proceedings at law that may be brought by any

person for injury sustained due to neglect of the above precautions,

& to pay any damages & cost which may be awarded in any such

suit, action or proceedings to any such persons or which may with

the consent of the contractor be paid to compromise any claim by

any such person.

Clause-18 A: -

The Final Bill of the contractor shall not be paid unless or until he

furnishes to the satisfaction of the Engineer – in – Charge a proof of

the earth used “for the Project” having been fully paid to the owner

of the land from which the earth was removed or of the matter

having been amicably settled with them. The contractor shall also be

Page 77: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

liable to indemnify the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri against all claims made proceedings &

action taken by any person in respect of the price of earth removed

by the contractor from his land “for the Project” against all losses,

damages, cost & expenses which the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri may suffer or incur as a result

of such claims.

Labour Clause 19 A: -

No labour below the age of 18 years shall be employed on the work.

Clause 19 B: -

The contractor shall pay his laborer not less than the wages

determined under minimum wages act for the District.

Work on Sunday Clause 20: -

No work shall be done on Sunday without the sanction in writing of Engineer-in-charge

Contractor liable for payment of compensation to injured workmen or in case of death to his relations

Clause 20 A: -

In every case in which by virtue of the provisions of Section12, sub

section (1) of the workman’s compensation Act, 1923, the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri is

obliged to pay compensation to workman employed by the

contractor, in execution of works, the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri will recover from the

contractor the amount of the compensation so paid & without

prejudice to the right of the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri under Section 12, sub section (2), of the

said Act. The Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri shall be at liberty to recover such amount or any part

thereof by deducting it from the security deposit or from any sum

due by the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri/Government to the contractor whether under this contract

or otherwise. The Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri shall not be bound to contest any claim

made against it under section 12 sub section (1) of the said act

except on the written request of the contractor & upon his giving

request to Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri full security for all costs for which Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri might become liable in

consequence of contesting such claims.

Page 78: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Works not to be sublet. Contract may be rescinded & security deposit forfeited for subletting, bribing or if contractor becomes insolvent

Clause 21: -

The contract shall not be assigned or sublet without the written

approval of the Engineer-in-charge. And if the contractor shall

reassign or sublet his contract or attempt to do so or become

insolvent or commence any insolvency proceedings or make any

compensation with his creditors or attempts so to do or if any bribe

gratuity, gift, loan, perquisite, reward or advantage, pecuniary or

otherwise shall either directly or indirectly be given, promised or

offered by the contractor or any of his servants or agents to any

public officer or person in the employment of Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri in any way relating

to his office for employment or if any such officer or person shall

become in any way directly or indirectly in the contract, the

Engineer-in-charge may thereupon by notice in writing rescind the

contract & the security deposit of contractor shall thereupon stand

forfeited & be absolutely at the disposal of Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri & the same consequences shall

ensure as if the contract has been rescinded under clause 3 hereof &

in addition the contractor shall not be entitled to recover or be paid

for any work therefore actually performed under the contract

Sum payable by way of compensation to be considered as reasonable compensation without reference to actual loss.

Clause 22: - All sums payable by way of compensation under any of

these conditions shall be considered as reasonable compensation to

be applied to the use of Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri without reference to the actual loss or

damage sustained & whether or not any damage shall have been

sustained.

Deductions of amounts due to The Government on any account whatsoever to be permissible from sums payable to a contractor

Clause 22-A:

Any excess payment made to the contractor inadvertently or

otherwise under this contract or on any account whatsoever & any

other sum found to be due to the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri by the contractor in respect of

his contract or any other contract or work order of any to account

may be deducted from any sum whatsoever, payable by the

Commissioner, Municipal Corporation, Yamunanagar – Jagadhri or

his authorized representative to the contractor either in respect of

this contract or any other work order or by any other account by any

other department of the Government.

Changes in constitution of firm

Clause 23: - In the case of Bid by partners any change in the

Page 79: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

constitution of the firm shall be forthwith notified by the Contractor

to the Engineer-in-Charge for his information.

Work to be under direction of EIC

Clause 24: - All works to be executed under the Contract shall be

executed under the direction and subject to the approval in all

respects of the EIC who shall be entitled to direct at what point and

in what manner they are to be commenced & from time to time

carried on.

Claims for payment of an extra ordinary nature to be referred to Government for decisions

Clause 25: - No claim for payment of an extraordinary nature, such

as claim for a bonus for extra employed in completing the work

before the expiry of the Contractual period at the request of the

Engineer-in-Charge or claims for compensation where work has been

temporarily brought to a standstill through no fault of the Contractor,

shall be allowed unless and to the extent that the same shall have

been expressly sanctioned by the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri.

ARBITRATION CLAUSE

Clause 25 A: –

(i) If any question, difference or objection whatsoever shall arise

in any way between the EIC or his authorized agent and the

contractor in connection with or arising out of the contract, or

the execution of the work that in (I) whether before its

commencement or during the progress of the work or after its

completion. (ii) And whether before or after the termination,

abandonment or breach of the contract, it shall in the first

instance be referred to for being settled by the Engineer-in-

charge of the work at that time and he shall within a period of

sixty days after being requested in writing by the contractor

to do so, convey his decision to the contractor, and subject to

arbitration as hereinafter provided, such decision in respect of

every matter so referred, shall be final and binding upon the

contractor. In case the work is already in progress, the

contractor will proceed with the execution of the work on

receipt of the decision by the Engineer-in-charge as aforesaid,

with all due diligence whether he or Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri or his authorized agent

requires arbitration as hereinafter provided or not.

If the Engineer-in-charge of the work has conveyed his

decision to the contractor and no claim to arbitration has

Page 80: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

been filed with him by the contractor within a period of sixty

days from the receipt of letter communicating the decision,

the said decision shall be final and binding upon the

contractor and will not be a subject matter of arbitration at

all.

If the Engineer in charge of the work fails to convey his

decision within a period of sixty days, after being requested

as aforesaid the contractor may, within further sixty days of

the expiry of first sixty days from the date on which request

has been made to the Engineer-in-charge, request the

Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri that the matters in dispute be referred to arbitration

as hereinafter provided.

(ii) All disputes of differences in respect of which the decision is

not final and conclusive shall at the request in writing of

either party, made in a communication sent through

Registered A.D. post, be referred to the sole arbitration of

any serving Chief Engineer of any Municipal Corporation of

the state of Haryana or Chief Engineer (HQ) Office of DULB

at the relevant time.

It will be no objection to any such appointment that the

arbitrator so appointed is a Chief Engineer of any Municipal

Corporation of the state of Haryana or Chief Engineer (HQ)

Office of DULB servant or that he had to deal with the

matters to which the contract relates and that in the

course of his duties as a Chief Engineer of any Municipal

Corporation of the state of Haryana or Chief Engineer (HQ)

Office of DULB , he had expressed his views on all or any

of the matters in dispute. The Arbitrator to whom the

matter is originally referred being transferred or vacating

his office, his successor-in-office, as such shall be entitled

to proceed with the reference from the stage at which it

was left by his predecessor.

In case the arbitrator nominated by the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri is unable or

unwilling to act as such for any reason, whatsoever, the

Director Urbana Local Bodies, Haryana shall be competent to

appoint and nominate any other Chief Engineer of any

Page 81: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Municipal Corporation of the state of Haryana or Chief

Engineer (HQ) Office of DULB , as the case may be, as

arbitrator in his place and the Arbitrator so appointed shall be

entitled to proceed with the reference.

(iii) It is also a term of this arbitration agreement that no person

other than a person appointed by the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri shall act as

arbitrator and if for any reason that is not possible, the

matter shall not be referred to arbitration at all. In all cases

where the aggregate amount awarded exceeds Rs. 25000.00

(Rupees Twenty Five thousand only) the arbitrator must

invariably give reasons for his award in respect of each claim

and counter-claim separately.

(iv) The arbitrator shall award separately giving his award against

each claim and dispute raised by either party including any

counter-claims individually and that any lump-sum award

shall not be legally enforceable.

(v) The following matters shall not lie within the purview of

arbitration:

a) Any dispute relating to the levy of compensation as

liquidated damages, which has already been referred to the

EIC and is being heard or / and has been finally decided by

the Engineer in charge of the work.

b) Any dispute in respect of substituted, altered, additional

work / omitted work / defective work referred by the

contractor for the decision of the EIC of the work if it is

being heard or has already been decided by the said EIC.

c) Any dispute regarding the scope of the work or its

execution or suspension or abandonment that has been

referred by the contractor for the decision of the EIC and

has been so decided finally by Competent Authority.

(vi) The independent claim of the party other than the one getting

the arbitrator appointed, as also the arbitrator

notwithstanding will entertain counter-claims of any party

that the arbitrator has been appointed at the instance of the

other party.

(vii) It is also a term of this arbitration agreement that where the

Page 82: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

party invoking arbitration is the contractor, no reference for

arbitration shall be maintainable unless the contractor,

furnishes to the full satisfaction of the Executive Engineer In

charge of the work, a security deposit of a sum determined

according to details given below and the sum so deposited

shall, on the termination of the arbitration proceedings, be

adjusted against the cost, if any, awarded by the arbitrator

against the claimant party and the balance remaining after

such adjustment or in the absence of any such cost being

awarded, the whole of the sum will be refunded to him within

one month from the date of the award.

Sr.

No.

Amount of Claims Depositors Rate of security

1 For claims below Rs. 10,000 2% of amount

claimed

2 For claims of Rs. 10,000 and

above, but below Rs. 1,00,000

5% of amount

claimed

3 For claims of Rs. 1,00, 000 and

above

10% of amount

claimed

The stamp fee due on the award shall be payable by the party as

desired by the arbitrator and in the event of such party’s default the

stamp-fee shall be recoverable from any other sum due to such

party under this or any other contract.

(viii) The venue of arbitration shall be such place or the arbitrator in

his sole discretion may fix places as. The work under the

contract shall continue during the arbitration proceedings.

(ix) Neither party shall be entitled to bring a claim for arbitration if

the appointment of such arbitrator has not been applied

within six months:

a) Of the date of completion of the work as certified by the Engineer In charge, or

b) Of the date of abandonment of the work, or c) Of its non-commencement within six months from the date

of abandonment, or written orders to commence the work as applicable, or

d) Of the completion of the work through any alternative agency or means after withdrawal of the work from the contractor in whole or in the had part and/or its recession, or

Page 83: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

e) Of receiving intimation from the Engineer In charge of work that final payment due to or recovery from the contractor been determined which he may acknowledge and/or receive. Whichever of (a) to (e) above is the latest.

If the matter is not referred to arbitration within the period

prescribed above, all the rights and claims of any party under

the contract shall deemed to have been forfeited and

absolutely barred by time even for civil litigation

notwithstanding.

(x) It is also a term of this arbitration agreement that no question

relating to this contract shall be brought before any Civil

Court without Involving and completing the arbitration

proceedings as above if the scope of the arbitration specified

herein covers issues that can be brought before the arbitrator

i.e. any matter that can be referred to arbitration shall not be

brought before a Civil Court. The pendency of arbitration

proceedings shall not disentitle The Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri to terminate the

contract and make alternative arrangements for the

completion of the work.

(xi) The arbitrator shall be deemed to have entered on the

reference on the day he issues notices to the parties fixing

the first date of hearing. The arbitrator may, from time to

time, with the consent of the parties enlarge the initial time

for making and publishing the award.

(xii) It is also a term of arbitration agreement that subject to

stipulation here in mentioned the arbitration proceedings shall

be conducted in accordance with the provisions of the

Arbitration Act, 1996 or any other law in force for the time

being.

Fluctuation in Railway

Freight

Clause 26: -

Not Applicable.

Clause 27: -

The contractor shall be responsible for making his own arrangements

for securing priorities & licenses for material & transportation require

“for the Project” & Engineer – in – charge shall not be held

Page 84: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

responsible in any way for making such arrangements for any of

them.

Action where no

specification

Clause 28: -

In the case of any class of work for which there is no such

specification as is mentioned in the Bid document, such work shall be

carried out in accordance with the distinct specifications and in the

event of there being no distinct specification, then in such cases the

work shall be carried out in all respects in accordance with the

instructions and requirements of the Engineer-in-Charge.

Definition of work Clause - 29

The expression “Work” or “Works” where used in these conditions

shall, unless there be something either in the subject or context

repugnant to such constructions be constructed and taken to mean

the work by or by virtue of the contract contracted to be executed

whether temporary or permanent and whether original, altered,

substituted or additional.

Clause – 30: -

The percentages regarding Earnest Money, Performance Security and

Security Deduction referred to in the Bid Document, if any will be

calculated on the gross amount (value of finished work including cost

of materials whether purchased from The

Government/Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri or direct of (1) the items of works to which the rates in the

Bid apply and also (2) the items of work to which rates exist in the

schedule of rates of the District).

Clause – 31: -

The terms and conditions of the agreement have been explained to

me / us and I / we clearly understand them.

Page 85: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Clause 32: -

The contractor states that he is not related to any of the officers

employed by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri.

Clause 33: -

No pit shall be dug by the contractor near the site of the work for

taking out earth for use on the work. In case of default, the

department at the cost of the contractor will fill in the pit so dug.

Clause 34: - Fair wages clause attached.

Clause 35: -

The contractor shall have to pay GST or any other tax/duties/levis to Govt. in accordance with the rules in force time to time.

Clause 36: -

All payment for work done under this contract shall be made by

cheque/RTGS to the contractor. The work covered by this contract as

shown on the plans, which have been signed by the contractor, is

annexed herewith.

Clause 37: -

Should the Bidder withdraw or modify his Bid after opening the

Envelope containing rates of Bid he is liable to be black listed and

earnest money forfeited.

Clause 38: -

All royalty and compensation for building stone, bajri, and stone

metal etc. should be included in the rates to be quoted and is

payable by the contractor.

Clause 39: -

The rates given are for the finished work inclusive of all the taxes.

Clause 40: -

It will be the responsibility of the contractor to ensure that the trees

at the site of work and in the vicinity or their fruit etc are not

damaged by his labour or agent. The cost of such damage, if any will

be at the discretion of the Engineer-in-charge and shall be deducted

from the bill of the contractor.

Clause 41: -

The contractor shall provide at his own cost separate latrine, bathing

enclosures and platform for use of the men and women labour and

keep them clean to the satisfaction of the Engineer-in-charge. He

should also arrange, at his own expenses for clean drinking water,

Page 86: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

housing, medical facilities necessary for the welfare of the labour

employed at his work, in case of his failure the same shall be

provided by EIC at contractor's cost. Any dispute regarding this will

be settled by the Engineer-in-charge whose decision will be binding.

Clause 42: -

Any material left on the site of work after one month from the date

of completion of the work shall become the property of the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri and

no payment shall be made for it.

Clause 43: -

The amount of the work can be increased or decreased according to

the requirement of the department and no claim whatsoever on this

account will be entertained.

Clause 44: -

The department reserve option to take away any items of the work

or part thereof any time during the currency of the contract and re-

allot it to another agency with due notice to the contractor without

liability or compensation.

Clause 45: -

It is not obligatory to the contractor to employ labour through

Employment Exchange but he may avail of the facilities offered by

the Employment Exchange in case he wishes to do so.

Clause 46: -

No claim on account of fluctuation in prices due to war or any other

cause will be entertained.

Clause 47: -

The contractor shall be liable to make good all damages caused by

breakage from the moment the stores, pipes and fittings etc., are

handed over to his charge.

Clause 48: -

No compensation whatever will be payable on account of any delay

or default in the supply of material mentioned in the "List of material

to be issued to the contractor", by the department and consequent

delay in the execution of work.

Clause 49: -

The contractor will inform the C.M.O. about the employment of

labourer on the work for carrying out Malaria/Dengue or any other

disease surveillance.

Page 87: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Clause 50: -

All Taxes/Duties/Levis/Labour Cess will be deducted from gross

payment as per Govt. Instructions.

Clause 51: -

Labour Cess charges as applicable from time to time, will be deduced from gross payment.

Page 88: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

FAIR WAGES CLAUSES

a) The contractor shall pay not less than the fair wage to labour engaged by him on the

work. Explanation: - Fair wage means wage whether for time or piece of work

notified at the time of inviting Bids of the work and where such wages have not been

so notified, the wages prescribed by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri or the district in which the work is done.

b) The contractor shall, notwithstanding the provisions of any agreement to the

contrary, caused to be paid fair wages to labourers, indirectly engaged on the work

including any labour engaged by his sub contractors in connection with the said work,

as if the labourers had been directly employed by him.

c) In respect of labour directly or indirectly employed on the works for the

performances of the contractor’s part of this agreement the contractor shall comply

with or cause to be complied with Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri Contractor’s Labour’s Regulation made by The Government

from time to time in regard to payment of wages, period deductions unauthorized

made maintenance of wage work, wage slip publication of wages and other terms of

employment, inspection and submission of periodical returns and all other matter of a

like nature.

d) The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri/ EIC concerned

shall have the right to deduct, from the moneys due to the contractor, any sum

required or estimated to be required for making good the loss suffered by a worker

or workers by reason of non fulfillment of the conditions of the contract for benefit of

the workers, nonpayment of wages or deductions made from his or their wages,

which are not justified by the terms of the contract for non observance of the

regulations referred to in Clause c above.

e) Vis-à-vis the Haryana Government, the contractor, shall be primarily liable for all

payments to be made under and for the observance of the regulations aforesaid

without prejudice to his right to claim indemnity from his sub contractors.

f) The regulations aforesaid shall be deemed to be a part of this contract.

g) The contractor should invariably issue attendance card to their worker, which should

be returned to the contractors concerned at the time of receiving payment of their

wages.

h) Before making payment to the contractors the authorities concerned should obtain

certificate from the contractors that he has made payment to all the workers

Page 89: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

connected with the execution of the work of which the payment is being made.

i) Contractors employing 50 or more workers on the site of a particular work should

provide facilities of housing, latrines, water and light to their workers at their own

expense.

j) The normal working hours of workers employed by contractors for the execution of

work allotted to them should be 8 hours per day with a break of 2 hours during

summer, one hour, during winter after continuous work of 4 hours. The spread over

should in no case exceed 10 hours. Workers working beyond these hours should be

paid overtime wages at the double ordinary rate to their wages calculated by the

hour.

Page 90: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

CONTRACTOR'S LABOUR REGULATION

1. SHORT TITLE

These regulations may be called Haryana (I) Public Works Department and Public Health

Engineering Branch Contractor Labor Regulations.

2. DEFINITIONS

In these regulations, unless otherwise expressed or indicated, the following words and

expressions shall have the meaning hereby assigned to them respectively, that is to say:

1) “Labour” means worker employed by a Contractors directly or indirectly through a

sub contractor or other persons or by an agent on his behalf.

2) “Fair Wages” means wages whether for time or piece work notified at the time of

inviting Bids “ for the Project” & where such wages have not been so notified the

wages prescribed by the Public Works Department for the district in which the work

is done.

3) “Contractor” shall include every person whether a sub-contractor or Headman or

Agent, employing labour on the work taken on contract.

4) “Wages” shall have the same meaning as defined in the payment of wages Act &

include time and piece rate wages.

3. DISPLAY OF NOTICE REGARDING WAGES, ETC.

The Contractor shall before he commences his work on Contract, display and correctly

maintained and continue to display and correctly maintain in a clean and legible condition

in conspicuous places on the work, notices in English and in local Indian language spoken

by the majority of the workers, giving the fair wages notified regional Labour

Commissioner as fair wages & the hours of work for which such wage are earned a copy of

sub notice to the District Labour Welfare Officer.

4. PAYMENT OF WAGES

1) Wages due to every worker shall be paid to him direct.

2) All wages shall be paid in current coin or currency or in both.

5. FIXATION OF WAGE PERIODS

a) The contractor shall fix the wage periods in respect of which the wages shall be

payable.

b) No wages period shall exceed one month.

c) Wages of every workman employed on the contract shall be paid before expiry of ten

days after the last day of the wage period in respect of which the wages are payable.

Page 91: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

d) When the employment to any worker is terminated by or on behalf of the contractor,

the wages earned by him shall be paid before the expiry of the day succeeding the

one on which his employment is terminated.

e) All payments of wages shall be made on a working day except that the work is

completed before the expiry of the wage period in which case final payment shall be

paid within 48 hours of the last working day.

6. WAGE BOOK AND WAGE SLIPS ETC.

A. The contractor shall maintain a Wage Book of each worker in such forms as may be

convenient, but the same shall include the following particulars:

a) Rate of daily or monthly wages.

b) Nature of work on which employed.

c) Total number of days worked during each wage period.

d) Total amount payable “ for the Project” during each wage period.

e) All deductions made from the wages with an indication in each case of the

ground for which the deduction is made.

f) Wages actually paid for each wage period.

B. The Contractor shall also maintain a wage slip for each worker employed on the

work. The wage slip shall contain all the particulars given in the wage book.

C. The authority competent to accept the contract may grant an exemption from the

maintenance of wage book & slips to a contractor who in his opinion may not directly

or indirectly employ more than 50 persons on the work.

7. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

1) The wages of a worker shall be paid to him without any deductions of any kind except

the following:

a. Fines

b. Deductions for absence from duty i.e. from the place or the places where by the

terms of his employment he is required to work. The amount of deduction shall

be in proportion to the period for which he was absent.

c. Deduction for damage to or loss of goods expressly entrusted to the employed

person for custody, or for loss of money for which he is required to account,

where such damage or loss is directly attributable to his neglect or default.

d. Any other deduction, which the Government may from time to time allow.

Page 92: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

2) No fine shall be imposed on a worker and no deduction for damage or loss shall be

made from his wages until the worker has been given an opportunity of showing cause

against such fines or deductions.

3) The total amount of fines which may be imposed in any one wage period on a worker

shall not exceed equal to five paisa in a rupee of the wage payable to him in respect of

that wages period.

4) No fine imposed on a worker shall be recovered from him by installment of after expiry

of 60 days from the date on which it was imposed.

8. REGISTER OF FINES ETC.

i. The Contractor shall maintain a register of fines and of all deductions for damages or loss. Such register shall mention the reason for which fine was imposed or deductions for damage or loss, which was made.

ii. The contractor shall maintain a list in English and the local language clearly defining the acts and omissions for which penalty or fine can be imposed. He shall display such list & maintain it in a clear & legible condition in a conspicuous place on the work.

9. PRESERVATION OF REGISTER

The wage book, the slips & the register of fine deduction, required to be maintained under

these regulations shall be preserved for 12 months after the date of last entry made in

them.

10. POWERS OF LABOUR WELFARE OFFICERS TO MAKE INVESTIGATION OR ENQUIRY

The Labour Welfare Officer or any other person authorized by the Government on their

behalf shall have power to make enquiries with a view to ascertaining and enforcing due

and proper observance of the share wage clauses and the provisions of these regulations.

He shall investigate into any complaint regarding the default made by the contractor or

sub-contractor in regard to such provisions.

11. REPORT OF LABOUR WELFARE OFFICER

The labour welfare officer or any other persons authorized as aforesaid shall submit report

of result or his investigation or enquiry to the Engineer-in-charge concerned indicating the

extent, if any, to which the default has been committed, and the amount of fine

recoverable in respect of acts of commission if the labourers with a note that necessary

deduction from the contractor’s bill be made and the wages and the other dues be paid to

the labourers concerned.

Page 93: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

12. APPEALS AGAINST THE DECISION OF LABOUR WELFARE OFFICER

Any person aggrieved by the decision and recommendations of the Labour Welfare Officer

or other person so authorized may appeal, the decision to the Regional Labour

Commissioner within 30 days from the date of decision forwarding simultaneously a copy of

appeal to the EIC concerned but subject to such appeal, the decision of the Officer shall be

final and binding upon the contractor.

13. REPRESENTATION OF THE PARTIES

A. The workmen shall be entitled to be represented in any investigations, enquiry under

these regulations by: -

a) Officer of the registered trade union to which he is a member.

b) An officer of Federation of trade unions to which the trade union referred to in

clause (a) if affiliated.

c) Where worker is not a member of any registered union & officer of registered

trade union connected with or any other workmen employed in the industry in

which the worker is employed.

B. An Department shall be entitled to be represented in any investigation or enquiry

under these regulations by :-

a) An Department of an association of employees of which he is member.

b) An officer of an association of employees to which the association referred to in

clause (a) if affiliated.

c) Where the Department is not a member of any association or Departments by

an officer of an association of Departments connected with or by any other

Department is engaged.

14. INSPECTION OF REGISTER

The contractor shall allow inspection of the wage books and the wage slips & register of

fines & reductions to any of his workers or to his agent at convenient time and places after

due notice is received or to the Labour Welfare Officer or any other persons, authorized by

the Government on his behalf.

Page 94: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

15. SUBMISSION OF RETURN

The contractor will be (Regulation & Abolition Act, 1970) & the contract labour (Regulation

& Abolition Central Rules, 1971) enforced by Haryana labour & Employment Department

memo no. 1226 – 78 – for labour dated 10/06/79. The contractor shall submit periodical

returns as may be specified from time to time.

16. LICENSING OF CONTRACTOR

Every contract who employs or who employed any day of the preceding 12 calendar

months or more 23 workmen is covered by the Act & is required to obtain a license. The

contractor should obtain the necessary license as required under section 12 of contract

labour (Regulation & Abolition Act, 1970) before commencing the work.

17. AMENDMENTS

The Government from time to time can amend the regulations and on any question as to

the application, interpretation or affect of those regulations, the decision of the Labour

Commissioner of The Haryana Government or any other person authorized by The Haryana

Government in that behalf shall be final.

Page 95: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Section – 4

Special Conditions of Contract

Page 96: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

SPECIAL CONDITIONS OF CONTRACT

1 Priority of Contract

The documents forming part of the agreement are to be taken as mutually explanatory

documents of one another. In case of discrepancies they shall be explained and

adjusted by the Engineer in Charge. The priority of the Contract documents shall be as

follows:

(i) Contract Agreement

(ii) Letter of award

(iii) Contract Data

(iv) Special Conditions of Contract

(v) Instructions to Bidders and Bid data

(vi) General Conditions of Contract

(vii) Scope of Work and Technical specifications

(viii) Price proposal

(ix) Drawings

1.1 Agreement

Successful Bidders shall execute an agreement in the prescribed form on non judicial

stamp paper of Rs. 5000 on the date of agreement, with the Commissioner or his

authorized representative, within a period of 20 days of the date of issue of rate

contract/letter of acceptance/ work order. The expenses of completing and stamping

the agreement shall be paid by contractor. However, where the delay in execution of

Agreement is on bona fide grounds, EIC can condone such delay. The firm shall submit

following documents with agreement.

a. All pages of the rate contract/letter of acceptance copy including amendment and

terms & conditions of the NIT duly signed.

b. Notarized copy of power of attorney to authorized signatory to execute agreement and

copy of resolution of directors of board (in case of limited company). Power of

Attorney should be signed by all partners in case of partnership firm (if not provided

with Bid).

c. All the document as per Annexure-7 of ITB i.e. form of agreement.

2 AUTHORITIES

2.1 Engineer in charge, representatives

The project shall be implemented by the EIC or any other authority given the charge

of the work as per the orders of Commissioner, Municipal Corporation Yamunanaghar-

Jagadhari . Wherever the words Engineer-in charge are used in this document shall

mean the EIC or the authority given the charge of the work as per orders of

Commissioner, Municipal Corporation, which shall appoint Engineer(s) in charge as

representative who shall carry out such duties and exercise such authority as may be

delegated to them.

The Commissioner, Municipal Corporation YNR- Jgd may also authorize consultants or

institutions as Assistants. Such Assistant shall have no authority to issue any

Page 97: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

instructions to the contractor in so far as they are necessary and to secure their

acceptance of materials, Equipment and workmanship as being in accordance with the

contract. Any instruction given by them for those purposes shall be deemed to have

been given by the Engineer in charge as the EIC or its representative. However, such

decisions shall be submitted for review and approval of Engineer-in-charge.

3 MONTHLY REPORTS AND MEETINGS

3.1 Monthly Reports

Monthly progress reports shall be prepared by the Contractor and submitted to the EIC

in six copies. The first report shall cover the period up to the end of the first calendar

month following the commencement date. Reports shall be submitted monthly

thereafter, each within 7 days after the last day of the month to which it relates.

Reporting shall continue until the contractor has completed all work.

Each Report shall include the issues desired by the Engineer in Charge which shall be

any of the following:

a) PERT Charts / detailed descriptions of progress, including each stage of design

Contractor’s Document, procurement, manufacturing, delivery to site of

construction, direction, testing and commissioning;

b) Photographs showing status of manufacture and of progress on the site;

c) For the manufacture of each main item of equipment and materials, the name of

the manufacturer, manufacture location, percentage progress, and the actual or

expected dates of:

� Commencement of manufacturing; � Contractor inspections, � Tests and � Shipment and arrival at the site;

d) Copies of quality assurance documents, test results and certificates of materials;

e) Comparisons of actual and planned progress, with the details of any events or

circumstances which may jeopardize the completion in accordance with the

contract, and the measures being (or to be) adopted to overcome delays and the

monitoring done by the contractor.

f) Copy of site books as defined in the organization of Contractor on the site in this

Section.

g) Any other issues deemed necessary by the Engineer in Charge

3.2 Meetings

Meetings shall be held in the office of Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri/EIC or at other places as mutually fixed in advance, with

prior notice given by Engineer in Charge. The proposed agenda for the meetings shall

be exchanged at least 3 days in advance. It is required that a decision-maker of the

Contractor is present at the meetings so that binding decisions can be taken about

outstanding issues. Generally, the following issues shall be discussed:

a) Progress of the work, difficulties

Page 98: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

b) Revision of time schedule

c) Payment issues

d) Disputes

e) Claims

f) Any other issue deemed necessary by contractor or department

4 RIGHT OF ACCESS TO THE SITE DURING EXECUTION

The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri shall give the

contractor right of access to all parts of the site. The site for execution of the work will

be made available as soon as the work is awarded. In case, it is not possible for the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri to make the entire site

available on the award of the work, the Bidder shall arrange his working program

accordingly. No claim, whatsoever, for not giving the site in full on award of the work

or for giving the site gradually in parts will be tenable.

5 THE CONTRACTOR

5.1 Contractor's General Obligations

a) The consultant M/S Avinash Khosla and Associates has been appointed by this

office for preparation of DPR i.e Detailed Estimates , Drawings,Specifications

approved by this office . The Structural drawings have been got prepared by the

firm and duly vetted from NIT Kurukshetra. The work shall be executed strictly

as per design and drawings provided to the contractor by this office

and with the Engineer-in-Charge’s instructions, and shall remedy any Defects

in the Works.

b) The Contractor shall provide the Plant and Contractor’s Documents specified in

the Contract, and all Contractor’s Personnel, Goods, consumables and other

things and services, whether of a temporary or permanent nature, required in

and for this design, execution, completion and remedying of Defects.

c) The Contractor shall be responsible for the adequacy, stability and safety of all

Site operations and of all methods of construction. Except to the extent

specified in the Contract, the Contractor shall be responsible for all Contractor’s

Documents, Temporary Works, and such design of each item of works, Plant

and Materials as is required for the item to be in accordance with the

specifications for items of Contract.

d) The Contractor shall deploy experienced and competent personnel to execute

the works. The quality of workmanship has to be as specified. Personnel not

found capable of good workmanship shall be removed and replaced with

better workman.

e) The Contractor shall, whenever required by the Engineer-in- charge, submit

details of the arrangements and methods which the Contractor proposes to

adopt for the execution of the Works. He shall also be responsible for the

safety of works and personnel at the site and shall submit a safety execution

Page 99: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

plan (as per relevant code for safety at construction site) for the approval by

the Engineer-in-charge. No significant alteration to these arrangements and

methods shall be made without this having previously been approved by the

Engineer-in-charge. He shall also comply to the requirements of the

mitigations of the Environmental impacts of the execution of works.

f) The Contractor shall execute the work strictly as per the specifications and

drawings.

g) The Contractor shall allow the Engineer-in-charge and any person authorized

by the Engineer-in-charge access to the Site, to any place where work in

connection with the Contract is being carried out or is intended to be carried

out and to any place where Materials or plant are being installed / assembled

“for the Project”. The contractor may satisfy himself regarding site, acquisition

of land, approach roads etc.

h) The liability, if any, on account of quarry fees, royalties, and any other taxes

and duties in respect of materials actually consumed on public work shall be

borne by the Contractor.

i) The contractor shall also confirm the feasibility of the system proposed by the

EIC. The confirmation of the feasibility of the system proposed by the EIC is

necessary as the final responsibility to provide designed demand(s) shall be of

contractor and if required he shall provide additional equipment / material /

systems to achieve the objective of the work. Unless specified otherwise, no

additional payment shall be made on the account of providing the additional

equipment / material / systems, change of levels, pump head & discharge, etc.,

and it shall be deemed that the cost of such eventuality has been accounted for

in the offer.

j) If desired, in considerations of the survey data; the hydraulic requirement and

other field limitations, the contractor so as to achieve the objectives of the

work, can propose change in alignment (minor deviations to avoid structures

etc., or position of structure/basement, below or above. No additional

payments shall be made, on this account.

k) In addition to the above, the contractor is also required to confirm the

availability of the material required for the contract in the time schedule given

herein after, so as to complete the job within the prescribed time. No time

extension shall be provided on this account. If required under such

circumstances, the contract after prior approval of EIC shall be allowed to use

superior type of material so as to complete the job within the prescribed time.

No additional payments shall be made on account of use of superior quality

material, on this account.

l) The works shall include any work, which is necessary to satisfy the EIC

requirements, or is implied by the contract, and all works, which (although not

Page 100: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

mentioned in the contract) are necessary for the completion, or safe and proper

operation of the works.

m) The Contractor shall be responsible for the adequacy, stability and the safety of

all site operations, of all methods of construction and of all the works.

n) The Contractor shall provide all facilities including conveyance required for

verification of survey data, supervision, quality control tests, tests for

material, equipment and equipment(s), and/or all other facilities otherwise

referred in the conditions of contract(s) and/or otherwise necessary to

complete the works with due supervision of Engineer-in-charge. The testing of

material, quality control tests, etc. may be got done through recognized labs

after approval of Engineer-in-charge.

5.2 Contractor’s Representative

a) The Contractor shall appoint the Contractor’s Representative and shall give

him all authority necessary to act on the Contractor’s behalf under the

Contract.

b) Unless the Contractor’s Representative is named in the Contract, the

Contractor shall, prior to the Commencement Date, submit to the Engineer-in-

charge for consent the name and particulars of the person the Contractor

proposes to appoint as Contractor’s Representative. If consent is withheld

or subsequently revoked in terms of this Sub-Clause, or if the appointed

person fails to act as Contractor’s Representative, or conducts improperly at

the Site, the Contractor shall submit the name and particulars of another

suitable person for such appointment. The former representative shall be

removed within 24 hours of such notice by the Engineer-in-charge.

c) The Contractor shall not, except if the representative has lost the confidence

of the Contractor or is not complying to the instructions of the Engineer-in-

charge or his assistants, remove without the prior consent of the Engineer-in-

charge, revoke the appointment of the Contractor’s Representative or appoint

a replacement

d) The whole time of the Contractor’s Representative shall be given for directing

the Contractor’s performance of the Contract. If the Contractor’s

Representative is to be temporarily absent from the Site during the execution

of the Works, a suitable replacement person shall be appointed, subject to the

Engineer-in-charge’s prior consent, and the Engineer-in-charge shall be

notified accordingly.

e) The Contractor’s Representative may delegate any powers, functions and

authority to any competent person and may at any time revoke the

delegation. Any delegation or revocation shall not take effect until the

Engineer-in-charge has received prior notice signed by the Contractor’s

Page 101: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Representative, naming the person and specifying the powers, functions and

authority being delegated or revoked.

f) Whenever services of contractor staff are found / notice

unsatisfactory by the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri, they shall be removed / terminated by the contactor

immediately as per direction of Engineer-in-charge.

5.3 The Safety Procedures

The contractor shall:

(a) Comply with all applicable safety regulations,

(b) Take care for the safety of all person's entitled to be on the site,

(c) Choose reasonable efforts to keep the site and work clear of unnecessary obstruction so as to avoid danger to these persons,

(d) Provide fencing, lighting, guarding and watching of the works until completion and its taking over by the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri at end of O & M period.

(e) Provide any temporary works (including road ways, foot ways, guards and

fences).

5.4 Quality Assurance

a) The contractor shall institute a quality assurance system to demonstrate

compliance with requirements of the contract. The system shall be in

accordance with the details stated in the contract and the Quality Assurance

Program will be got approved from the Competent Authority/EIC. The

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri shall be entitled

to audit any aspect of the system. The quality of the work will be evaluated

through 3rd party agency.

b) Details of all procedures, if adopted other than those laid down in the Bid

document, and compliance documents shall be submitted to the EIC for

information before each design and execution stage is commenced. When any

document of a typical nature is submitted to the EIC, evidence of the prior

approval by the contractor himself shall be apparent on the document itself.

c) The EIC shall have the right to exercise proper Quality Control measures. The

Contractor shall provide a fully equipped field laboratory, testing personnel,

consumables and other assistance at his cost to conduct such tests. The Quality

Control shall be in three tiers:

I. By the Contractor’s Engineers to the specified frequency

II. By the Engineer-in-Charge’s personnel to conform the quality and

acceptance of the work and

III. By the Technical Examiner’s organisation or such other independent

bodies of State Government/ the Department/ Organisation or QCI

approved Third Party Quality Inspection Agency.

d) The work shall have to be completed to conform to the specifications and shall be

acceptable only after rectification of deficient /defective works as per ‘Non Conformance

Reports’, if any, issued by the above mentioned agency or the Engineer-in-Charge.

Page 102: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Compliance with the quality assurance system shall not relieve the contractor of any of

his duties, obligations or responsibilities under the contract.

5.5 Site Data

The design and drawings provided by Municipal Corporation is on the basis of soil

investigation made by the Corporation from NIT Kurukshetra however if any

discrepancy is noted during execution as regard to design the same may be

implemented by the agency.

5.6 Un-Foreseen Difficulties:

(a) The contractor shall be deemed to have obtained all necessary information as

to risk, contingencies and other circumstances that may influence or affect the

works;

(b) By signing the contract, the contractor accepts the total responsibility for

having sustained all difficulties and costs of successfully completing the works:

and

(c) The contract price shall not be adjusted to take account of any unforeseen

difficulties or costs.

5.7 Rights of Way and Facilities

The Contractor shall bear all costs and charges for special and/or temporary rights of

Way, which he may require, including those for access to the site. The contractor shall

also obtain, at risk and costs, any additional facilities outside the site which he may

require further purposes of the works.

5.8 Avoidance of Interference

The contractor shall not interfere unnecessarily or improperly with:

(a) The convenience of the public, or

(b) In the access to and use and occupation of all roads and other land,

irrespective of whether they are public or in the possession of the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri or others.

The contractor shall indemnify and hold the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri harmless against and from all damages, losses and expenses

(including legal fees and expenses) resulting from any such unnecessary or improper

interference.

5.9 Security of the Site

Unless otherwise stated in particular conditions:

(a) The contractor shall be responsible for keeping unauthorized persons off the site, offices, campus etc. within the scope of work and

(b) Authorized person's shall be limited to the Contractor personnel and the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri personnel; and to any other personnel notified to the Contractor, by (or on behalf of ) the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri, and

(c) Providing adequate manpower for the security of the material brought to the site for which payment has been made to the contractor.

Page 103: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

(d) The agency shall have to provide necessary arrangements regarding environmental safety as per NGT Guidelines and CPCB/HSPCB mandates.

5.10 Contractor’s Operations On-site

The Contractor shall confine his operations to the site, and to any additional areas,

which may be obtained by the Contractor and agreed by the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri/ EIC as working areas. The Contractor shall take

all necessary precautions to keep Contractor’s equipment and Contractor personnel

within the site and these additional areas, and to keep them off adjacent land.

During the execution of the works, the Contractor shall keep the site free from all

unnecessary obstruction, and shall store or dispose of any Contractor’s equipment or

surplus materials. The Contractor shall clear away and remove from the site any

wreckage, rubbish and temporary works which are no longer required.

5.11 Land for the project and For the Contractor’s Establishment

a) The land or the land rights for the sites of the permanent Work will be provided by

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri, during the progress

of work. However, sufficient land and site for works shall be provided to the

contractor as per the agreed execution plan submitted by the contractor and

approved by the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

b) For the purpose of constructing Contractor’s yard, godown, site office, staff

quarters, etc. the contractor may utilize the land and existing buildings / structures

allocated to him by Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

after obtaining requisite permission from the Engineer in Charge. All expenses in

connection with purchase or construction or maintenance or removal etc. of such

items shall be borne by the Contractor.

c) Commissioner, Municipal Corporation, Yamunanagar - Jagadhri may allocate the

land and buildings for use by the Contractor according to its possibilities only. If the

land or buildings are not available or are insufficient for the purposes of the

Contractor’s establishment, additional land or buildings will have to be

procured/rented by the Contractor himself at his own cost and expenses as per his

requirement.

d) Recovery of rent towards the use of building by contractor for office/store/residence

provided by the department shall be done on fair rent assessment basis.

5.12 Approval by the Engineer in Charge

All insurances (Defined in Contract Data Section 6) which the contractor requires

to enter into the contract shall be effected with an insurer or insurers and in terms

approved by the engineer in charge, (which approval shall not be unreasonably with

held), and the contractor shall automatically produce to the engineer in charge the

policies of insurance and receipts of the payments of the premiums.

5.13 Remedy on Contractors Failure to Insure

If the contractor fails to effect or keep in force the insurances (Defined in Contract

Data Section 6) referred to or any of the insurance which he may be required to

effect under the term of the contract then and in any such case the Commissioner,

Page 104: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri/ EIC may effect and keep in force any

such insurance and pay such premium or premiums as may be necessary for the

purpose, and from time to time deduct the amount so paid by the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri as aforesaid, from any moneys due

or which may become due to the contractor or recover the same as a debt due from

the contractor.

5.14 Registration of Workers

As per the order passed by Hon’ble Supreme court on 18.01.10, in the civil writ

petition No 318/2006, the contractor is required to get registration of workers under

the act and extension of benefits to such workers under “The building and other

construction workers (reputation of employment and condition of service)” Act 1996.

6 ORGANIZATION ON THE SITE

6.1 Contractor’s Office

The Contractor shall establish minimum 1 office at site where the work is being carried

out and shall during office hours on all working days have a clerk or some other

authorized person always present at such office, upon whom a notice may be served.

Service of any notice left with such clerk or authorized person shall be deemed good,

served upon the Contractor.

6.2 Site Books

For the purpose of quick and efficient communication between the Engineer in Charge

or his representative and the Contractor, site books shall be maintained for all sites

where work is being carried out, so as to be accessible to all the concerned persons of

the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri from anywhere at

any time. Any instructions, communication or order which the Engineer in Charge or

his representative may like to issue to the Contractor will be recorded by him in such

site books. The instructions thus recorded will be attended by the contractor within 3

days and remarks will be mentioned in the site book after taking remedial steps.

7 DESIGN AND DRAWINGS

7.1 General Design Obligations

a) The Contractor shall be deemed to have scrutinized, prior to submission of bid, the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri requirements

(including design criteria & drawings & calculations, if any) for their correctness,

accuracy, structural safety and soundness. The Contractor shall be responsible for the

correctness, accuracy of all designs and for safety & soundness of all structures

constructed under this contract.

b) The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri shall not be

responsible for any error, inaccuracy or permission of any kind in the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri requirements as originally included in

the contract. Any data or information received by the Contract or, from the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri or otherwise, shall not

Page 105: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

relieve the Contractor from his responsibility for the design and execution of the

works.

c) The details of materials indicated in the Bid document are the minimum requirement,

and no reduction/alteration shall be permissible unless the Engineer-in-charge is

satisfied that such changes are necessary.

7.2 Contractor's Documents for Detailed Design & Execution Drawings

a) The Contractor's Documents shall comprise the Technical Documents specified in the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri requirements,

Documents Requirement to satisfy all regulatory approvals and As Built Documents.

The Contractor's Documents shall be written in the language for communications

defined in contract.

b) If errors, omissions, ambiguity, inconsistencies, inadequacies or other defects are

found in the Contractors Documents, these and the works shall be corrected at the

Contractor's cost, notwithstanding any consent for approval under this clause.

c) The drawings/design given in the Bid document are indicative, the contractor is

required to carry out the work stricty as per detailed drawings (Goods for

Construction) provided by the architect/ consultant and duly approved by office of MC.

d) If any changes are made in the given designs & drawings, such changes, duly done in the drawings shall be submitted for approval. No work shall be commenced on site on the basis of designs & drawings not approved by Office of Municipal Corporation, Yamunanagar - Jagadhri and/or those not accepted by the contractor.

e) If any changes are desired by contractor in the given designs & drawings, such

changes, or as instructed by EIC duly done in the drawings with a detailed note

justifying the proposed changes, shall be submitted for approval. No work shall be

commenced on site on the basis of designs & drawings not approved by Office of

Municipal Corporation, Yamunanagar - Jagadhri and/or those not accepted by the

contractor.

f) The drawings provided by the Architect /Consultant shall be sufficient in details and

the scale has to be chosen accordingly in co- ordination with the Engineer in charge.

g) If required, the changes in design and the execution drawings proposed by the

contractor shall be submitted only after verification by an institute or agency

approved by the Engineer-in-charge or any authorized representative of the

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

7.3 Submission and Approval Procedures

The Architect/ Consultant shall submit the detailed design & drawing with step wise

calculations. Structural design & all drawings etc. have got vetted from Any IIT/Any

Govt. National Institute of Technology (NIT) and after duly vetted the same shall be

provided to the agency for execution.

Page 106: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

a. On request of the Engineer in Charge, the Contractor shall depute the design

engineer responsible for the particular submission to discuss with the Engineer in

Charge or his Representative, along with software.

b. The approval along with alterations in drawings/designs by the Engineer in Charge

shall not relieve the Contractor of his responsibility in terms of the Contract for

soundness of the designs. The Contractor shall be responsible for the structural

safety of all the components of the Work.

7.4 Discrepancies between Drawings and Specifications

In case of discrepancies between drawings and specifications or data sheets arising

from the meaning, dimensions or quality of the materials and equipment for the due

and proper execution of the Work, the discrepancy shall be explained by the Engineer-

in-Charge. His explanation shall be the final decision and the Contractor shall execute

the Work accordingly without any extra payment.

7.5 Contractor's Undertaking

a) The design, the Contractor’s Documents, the execution and the completed

works shall comply with the relevant standards, building, construction and

environmental laws, law as applicable to the product being produced from the

works, and other standards specified in the Volume II “Scope of Work &

Technical Specifications” applicable to the works, or defined by the

applicable laws.

b) All these laws, in respect of the works shall be, the laws prevailing at the time

of letter of invitation. References in the contract to published standards shall be

understood to be references to the edition applicable on the date of supply /

execution as the case may be.

c) Whenever there are contradictory provisions in applicable Indian Standards, the

most stringent of the provisions as decided by EIC shall apply unless

specifically mentioned otherwise.

8 SUPPLY OF MATERIAL

a) “The contractor shall have to give a written commitment of the vendor with

respect to delivery schedule that the vendor offers to commit for the present

project. The vendor has to declare its production capacity and order in hand for

different project to substantiate his claim for the proposed delivery schedule.

The contractor shall have to countersign and agree to the delivery schedule. In

case there is some difficulty from the contractor/ vendor side with the approved

vendor and the contractor wishes to change the vendor, the EIC shall consider

the same request subject to conditions that original delivery schedule as

approved at the time of agreement with vendor shall not disturb and the

contractor shall ensure timely supply of material as agreed. At the time of

submission of vendor approval for all type of material, the contractor shall have

to submit the proof of satisfactory performance of material in past either used

by Municipal Corporation/other departments in the State. EIC shall approve the

Page 107: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

vendor based on the twin consideration of vendor suitability in terms of

appropriate quality and production capacity along with financial capacity and

commitment of timely supply of material for the project completion.

8.1 Makes of Equipment

The Equipment(s) used by the bidder for the project shall be one of the makes given

for each equipment, in DNIT. Any other makes approved subsequently by the

department during the execution of contract can be adopted after approval of EIC.

Whenever there are more than one make available, effort would be to choose a make

with mutual consent but decision of EIC in favour of superior make for better quality of

material shall be binding.

In case the approved vendor has sold its firm/ factory to some other vendor and the

new owner has started production under different trade name then in such case the

new product with changed trade name shall not be considered part of the approved

list. A fresh approval in such case is required.

8.2 Samples

a) The contractor shall submit samples of Granite stone ,marbe, Tiles and all other

NS items).These samples can be used for their inspection and testing to be

carried out at the factory/laboratory prior to dispatch to the site as per relevant

IS codes at the Contractor cost. The number of samples shall be as decided by

Engineer-in-Charge.

b) Any other sample of material that may be required by the Engineer In charge

can be drawn from time to time.

c) All the above samples are to be delivered in suitable packing at the office of the

EIC or as desired by the engineer-in-charge.

d) The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri Personnel

or authorized representative shall at all reasonable times:

i) Have full access to all parts of the site and to all places from which

natural materials are being obtained, and

ii) During production and construction (at the site and, to the extent

specified in the contract, elsewhere), be entitled to examine, inspect,

measure and test the materials/equipments and workmanship, and to

take the progress of manufacture of equipment and production and

manufacture of materials. The Contractor shall give the EIC personnel

full opportunity to carry out these activities, including providing access

the facilities, promises and safety equipment. No such activities shall

relieve the Contractor from any obligation or responsibility.

8.3 Inspection

a) Equipment of similar kind to be used in the contract shall be of same make

unless specifically approved by the Engineer-in-Charge. Unless specific

approval of the Engineer-in-Charge is obtained, all equipment of one kind, to

Page 108: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

be used in the project, shall be offered for inspection in one lot. If such

equipments are offered in different piece meal lots, the cost of inspection of

material in smaller lots will be recovered from the contractor, and the delay

caused to the project on this ground, shall solely be attributed to the account of

the contractor.

b) The Contractor shall inform the Engineer-in-charge about the likely dates of

manufacturing, Inspection, testing and dispatching of the material. The

Contractor shall notify the Engineer-in-charge for inspection and testing, at

least 15 (fifteen) days prior to packing and shipping and shall supply the

manufacturer’s test results and quality control certificates for review.

c) The various inspections and test categories shall be applied prior to delivery of

the equipment as indicated below:

Category A: The Datasheet etc./ drawing has to be approved by the EIC

Representative before manufacture and testing. The material has to be

inspected by the Engineer-in-charge or an inspecting agency after approval of

Commissioner, Municipal Corporation, Yamunanagar - Jagadhri Representative

at the manufacturer’s premise before packing and dispatching. The inspection

charges if any charged by the manufacturer or any testing laboratory

will be borne by the contractor. However charges related to fee, travel,

boarding & lodging of inspecting authority either from department or

third party shall be borne by the department.

Category B: The Datasheet etc./drawings of the equipment have to be

submitted and to be approved by the Engineer-in-charge prior to manufacture.

The material has to be tested by the manufacturer and the manufacturer’s test

certificates are to be submitted and approved by the Engineer-in-charge before

dispatching of the equipment. Notwithstanding the above, the Engineer-in-

charge, after examination of the test certificates, reserves the right to instruct

the Contractor for retesting, if required, in the presence of the Contractor’s

representative and EIC representative

Category C: The material may be manufactured as per relevant standards and

deliver to the site, alongwith manufactures test certificate

For material / equipment under Category ‘A’ and ‘B’ the Engineer-in-charge will

provide an\ authorization for packing and shipping.

Page 109: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Other essential Requirements for the contractor

Annexure A

List of Key plant & Equipment to be deployed on the work (contract (s) amounting more than Rs.25.00

crores) except minor Special Repair & Maintenance works.

Sr. Item of Equipment Requirement

No.

1 Computerized Concrete Batching Plant 1 No. 15 cum/hour as per requirement.

2 Concrete Weigh Batcher computerized 1 No.(3 bag capacity minimum)

3 Concrete Pump 1 No. 15 cum/hour minimum

4 Concrete Transit Mixer As required

5 Concrete vibrator (Skin) 2 Nos.

6 Needle vibrator 5 Nos. with minimum 1 no. as petrol

running.

7 Plate compactor 1 No.

8 Tipper/Dumper 2 Nos.

9 Compressor Optional as required

10 Generator with CPRIO approved canopy 1 No.

11 Bar bending Machine 1 No

12 JCB 1 No.

13 Hydraulic lift/ordinary lift 1 No.

14 Tower crane 1 No. for works more than Rs.20 cr.

15 Reverse Osmosis Plant

1 No. for works where water as per IS 456 is not available.

Page 110: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Quality Control Lab Equipments

Sr. Item of Equipment Requirement

No.

1 Sieves required for Coarse Aggregate & fine aggregate 1 Set

2 Impact value/ Flakiness testing equipment 1 Set

3 Cube Moulds 18 Nos.

4 Slump Test 2 Nos

5 Compression testing machine (Automatic computerized 1 No

recording-AIMILor equivalent make)

6 Electronics Weighing Machine branded 100 Kg capacity (1 No)

7 Water testing equipment 1 No

8 Soil density measuring operators 1 No

9 Any other equipment required at site for quality control by the Engineer-in-charge like

Gauze meter, Varnier caliper, Measuring equipment, Dumpy level.

Page 111: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Note:- 1. No Concrete from outside the campus will be allowed for the work. Except with the

permission of EIC. The ELC shall got approve the Rmeplant from the Superintending

Engineer. 2. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along

with the cycle time for each operation for the given production capacity to match the requirements.

3. In case the contractor fails to arrange any of the key plant/equipment at site, the department

will procure at his risk and cost and make deductions from his bills, the cost of the

plant/equipment along with 14% departmental charges.

Additional Conditions

9.0 The documentary proof of procurement of cement & steel from the reputed source

and test result from NIT/PEC/CRRI or Sri Ram Test House, New Delhi will be

produced by the agency.

QUALITY CONTROL LAB:

9.1 The contractor shall have to provide a field laboratory fully equipped at work site before starting

the execution of works for conducting all the relevant tests mentioned in the Haryana PWD

specification subject to the approval of the Engineer-in-Charge or his representative. The record of

such tests is to be maintained in proper register duly signed by the Contractor or his

representatives, which will become the property of the department. The Contractor will bear all the

running expenses for conducting such tests. All the tests will be carried in the presence of S.D.E.-

in-charge of the work. All the entries are to be signed by the contractor, S.D.E. and J.E.-in-charge.

9.2 The quality control tests which are carried out by the department and the material for such tests

will be supplied by the contractor free of cost. In case the material is not found up to the

requirement, the same will be rejected.

9.3 Contractor shall provide suitable measuring arrangement and leveling instruments latest quality

duly approved by Engineer-in-Charge at the site of work.

9.4 No extra payment on account of quality control measures shall be paid to the contractor.

9.5 The Engineer-in-Charge-in-charge at his discretion can get any type/Nos. of tests carried out any

other approved laboratory for his satisfaction for which all the expenses incurred would be borne

by the agency. The results so obtained from the laboratory would be acceptable and binding to the

agency.

9.6 The Contractor shall be required to provide all such materials/equipment’s at site to conduct field

tests and to ensure that the quality of aggregate shall be according to the prescribed specification

and no payment for material required for sample for such tests shall be made to him. In case, the

material is not found up to mark, the same will be reject.

9.7 For cement, steel and similar other material, the essential tests are to be carried out at the

manufacturer’s plants or at laboratories other than the site laboratory, the cost of samples, testing

and furnishing of test certificates shall be born by the contractor. He shall also furnish the test

certificates to the Engineer-in-Charge.

Page 112: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

9.8 Identifying Defects

The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor of any

Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer-in-Charge may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer-in-Charge considers may have a Defect.

9.9 Tests

If the Engineer-in-Charge instructs the Contractor to carry out a test not specified in the

Specification to check whether any work has a Defect and the test shows that it does, the

Contractor shall pay for the test and any samples. If there is no Defect the test shall be a

Compensation Event.

9.10 Correction of Defects

a. The Engineer-in-Charge shall give notice to the Contractor of any Defect (structural, technical or

routine maintenance nature) before the end of the Defects Liability Period, which begins at

Completion and is defined in the Contract Data. The Defects Liability period shall be extended for

as long as Defects remain to be corrected. The defects shall include the routine maintenance

activities as well.

b. Every time notice of a Defect is given the Contractor shall correct the notified Defect within the

length of time specified by the Engineer-in-Charge’s notice.

9.11 Uncorrected Defects If the Contractor has not corrected a Defect within the time specified in the Engineer-in-Charge’s

notice, the Engineer-in-Charge will assess the cost of having the Defect corrected, and the Contractor will pay double of this amount.

9.12 a. The successful agency shall have to depute 1 Civil Engineer/site engineer having Gradation in

Civil Engineering, 2 Supervisors having Diploma in Civil Engineering in addition to the other technical staff deputed for controlling the site in the non deputation a recovery of 75,000 per month will be made for Civil Engineer & 40,000 per month for supervisor shall be made from monthly bill.

b. In case the contractor fails to employ the Key Personnel required to be employed as above at site, the department will employ the personnel and the recoveries will be made as above from his bills along with 14% departmental charges. The personnel so employed shall be considered as employees of the contractor and all responsibilities of them shall lie with him only.

Page 113: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

94

9.13 Testing

a) The Contractor shall provide all apparatus, assistance, documents and other information,

electricity, equipment, fuel, consumables, estimates, labour, materials, and suitably

qualified and experienced staff in relation to supply of material and are necessary to

carry out the specified test efficiently. The Contractor shall agree, with the EIC, the

time and place for the specified testing of any equipment, materials and other parts of

the works.

b) The EIC may, vary the location or details of specified test, or instruct the Contractor to

carry out additional tests. If these varied or additional tests show that the tested

equipment, materials or other workmanship is not in accordance with the contract the

cost to carry out in this variation shall be borne by the contractor, notwithstanding other

provisions of the contract.

c) The Contractor shall promptly forward to the EIC duly certified reports of the tests.

When the specified test has been passed, the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri shall endorse the Contractor's test certificate, or issue a

certificate to him, to that effect.

9.14 Rejection

If as a result of an examination, inspection, measurement or testing, any equipment,

materials, workmanship is found to be defective or otherwise not in accordance with the

contract, the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri/ EIC or their

representative may reject the equipment, materials, designs or workmanship by giving

notice to the Contractor, with reasons. The Contractor shall then promptly make good

that effect and ensure that the rejected items compliance with the contract.

If the rejection and re-testing cause the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri to incur additional costs, the Contractor shall pay these costs to the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri.

9.15 Approval of Material and Equipment

a) The fact that Contractor has agreed to provide the material prescribed in the Bid

Documents does not relieve him to ask for the final approval of the equipment and

material to be used “for the Project”. The specifications and drawings of each item to

be supplied shall be individually scrutinized and the Engineer in Charge shall verify

its conformity with the technical specifications and the standards.

b) Prior to ordering any material and equipment such Marble stone, Granite stone, Tiles

, EI Items ,Sanitation items ,material for civil works and interior decoration, paints,

etc. the Contractor has to supply the detailed specification, drawings, performance

curves and data, operation instructions, samples etc., to the Engineer in Charge. If

Page 114: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

95

the Contractor has any doubts about the required specifications as prescribed in the

Contract, he has to clarify them with the Engineer in Charge.

c) The procedure for the submission of documents, verification, re-submission if

necessary and approval of these items is the same described in relevant clause, If

equipment or material which the Contractor submitted first is refused in the approval

process he has to submit documents of such equipment which corresponds to the

specifications of the Bid Documents and which is likely to be approved.

d) Only after approval of the material and equipment, the Contractor can place the

order or start the manufacturing or purchasing procedures.

e) Inspection of bought out items shall be done by EIC representative(s) and / or a

third party appointed by the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri. The Engineer in charge will provide an authorization for packing and

shipment after inspection and/or approval of the material/equipment.

f) If the Contractor packs and ships material/ equipment without approval or

authorization of the Engineer-in-Charge, it can be refused if it is not matching with

the specifications of the Contract. All costs resulting from this are to be borne by the

Contractor. The Contractor has then to provide the material/ equipment, which is

matching with the Contract.

10 TIME SCHEDULE FOR CONTRACT ACTIVITIES

For completion of the job in the prescribed time it is essential to maintain a timely

construction schedule linking with physical progress with financial progress and logical

sequencing of the contract activities. In view of the above the contractor shall submit a

construction schedule based on Critical Path Method for approval EIC. The work will be

executed based on construction schedule submitted by the bidder. To adhere to the

execution schedule approved by the Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri, the contractor shall also deploy the required technical expert having adequate

experience of managing and monitoring construction schedule activities as directed by

Engineer in Charge. The progress of these activities of the construction schedule should be

accessed by all the concerned persons of the department. The time schedule so provided

and approved by competent authority shall have no bearing on clause 2 of General

Conditions of Contract.

11. Mobilization Schedule

The Bidder shall submit mobilization and de-mobilization schedule of personnel and

equipments in detail for all phases of works. The mobilization schedule should include

Page 115: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

96

mobilization of skilled and unskilled manpower, different machineries and equipment,

materials, as required in each Phase.

12. Completion of the Work

12.1 Time for Completion

The whole of the Work, including mobilization, reconnaissance, investigations, design,

manufacturing, transportation, construction, installation & testing and commissioning and

demobilization has to be completed within a period of as a specified in the Bid data

calculated from the commencement date, which is 20 days after the written order to

commence the Work.

12.2 Sectional and Total Physical Completion

The part of work or section thereof shall be treated as physically completed when the work

or part of work or section thereof as envisaged in the Contract and essential as per site

conditions, is complete and has been successfully tested sectionally or entirely under non-

operation conditions to the satisfaction of the Engineer in Charge. He shall issue a

Sectional Completion Certificate to the Contractor in which he shall certify the date on

which the work, part of work, or section thereof has been physically completed to the

satisfaction of the Engineer in Charge.

Certificate for Total Physical Completion shall be issued when all the works as envisaged in

the contract and essential as per the site conditions are completed in all respect to the

satisfaction of Engineer-in-Charge.

The issuance of the Sectional Completion Certificate or Total Physical Completion does not release the Contractor from his duties to maintain the work in the condition as on dates of at these sectional or total physical completion, until the end of the defect liability period .

12.3 Completion of work including Commissioning of EI and PH services.

Immediately after the physical completion, of the Civil work and of EI and PH services

commissioning the entire system on design conditions as per the procedure of test given in

Volume II “Scope of Work & Technical Specifications” shall be taken up. Once the entire

system has been successfully tested and commissioned as per the conditions of tests of

commissioning referred in Volume II “Scope of Work & Technical Specifications”. After

successful completion and testing and removal of all visible defects to the satisfaction of

Engineer-in-Charge, the work shall be treated as “Completed”.

Unless otherwise provided in the contract, after the successful completion of the testing for the entire system, the Engineer-in-charge shall issue a certificate of “Completion of Work”. The date of Certificate notifying “Completion of Work” will be used for the final payment as per clause 6 and 7 of General Conditions of Contract. From this date of certificate for “Completion of Work”, the defect liability period shall commence.

Page 116: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

97

12.4 Cost of Water and Electricity for Testing

For all sectional testing(s) & water tightness testing in the contract, the contractor shall

make all arrangement for such testing(s), including the water and electricity at his own. If

contractor wishes to utilize water & electricity if available with Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri, that shall be provided on payment basis on

commercial rates. The contractor shall make necessary arrangements such as installation

of meter etc. for measurement of water/ electricity.

13 AS-BUILT DRAWINGS

The submission of the as-built drawings for the equipment is the precondition for the final

payment. The final drawings shall be submitted in one reproducible set and 5 copies bound

in an album of an approved size. The contractor shall submit all the completion drawings

and approved design calculations on CD ROM / DVD in two editable copies with proper

directory structure.

The contractor shall prepare, and keep up to date, a complete set of "as built" records of

the execution of the works, showing the exact as built locations, sizes and details of the

works as executed. The records shall be kept on the site and shall be used exclusively for

the purpose of this sub clause. Two copies shall be supplied to the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri before the commencement of the tests on

completion.

In addition, the contractor shall supply to the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri as built drawings of the works, showing all works as executed,

and submit them to the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri for

review under sub clause [Contractors Documents]. The Contractor shall obtain the consent

of the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri as to their size, the

references system, and other relevant details.

Prior to the issue of Completion of works certificate, the contractor shall provide to the

Department the specified numbers and types of copies of the relevant as built drawings, in

accordance with the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

requirements. The Completion of works shall not be considered until the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri has received the As Built Drawings.

14 PROGRESS OF WORK

All components of works shall ensure a logical sequence of submissions, approvals,

execution, construction, supply, installation, testing, commissioning, monthly reports and

bills. This progress should be accessible to all the concerned persons of the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri. If any supply / construction of a material /

Page 117: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

98

unit is made, not in conformity to the logical sequencing of the work component, no

payments will be entitled against such supplies, construction and installations.

There has to be a continuous chain of work to ensure that pipes / material supplied by the contractor are laid / installed promptly and those laid / installed are sectionally tested in the field without any delay.

If however, the progress of the work is hampered unavoidably, due to reasons beyond the

control of the contractor, payment against supply shall be admissible against submission of

appropriate Bank Guarantee of any scheduled bank.

The contractor will monitor status of various likely hindrances like, Environmental

clearances, Forest Clearances, Land acquisition and other crossings. Details and up dated

latest status of various such likely hindrances, which may result in delayed completion of

the project, should be accessible to all the concerned persons of the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri.

It will be the responsibility of contractor to maintain simultaneous pro-rata progress of

works.

15 Documents Required for Payment

The contractor shall submit the following documents in duplicate along with the invoice/bill:

� Purchase invoice indicating details of equipments, material manufactured,

supplied and installed or work carried out, supply value of such material or

equipment or value of such work carried out and amount claimed.

� Inspection reports/ test reports/ reports certifying completion of activity with

acceptable results as per EIC or any other agency representing EIC.

� Report/certificate of inspections /tests carried out by the supplier of the contractor

or by the contractor himself.

� Proof of insurance of equipments, as required.

� Certificates, as prescribed, regarding payment of GST, duties etc. leviable on

supplies made.

� Colour photographs of the work executed during the period for which the invoice

has been raised.

� Copy of site order books.

� Comparisons of actual and planned progress, with the details of any events or

circumstances which may jeopardize the completion in accordance with the

contract, and the measures being (or to be) adopted to overcome delays and the

monitoring done by the contractor.

� Any other such details/documents, as may be reasonably specified by the

Page 118: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Construction of Multistoried Municipal Corporation Administrative Office building at Gobindpura

Near Secretariat, Yamuna Nagar - Jagadhari Haryana Bid Document

99

Engineer-in-Charge from time to time during execution of the contract.

16 DEPARTMENT’S RIGHT TO RECTIFY

The Commissioner, Municipal Corporation, Yamunanagar - Jagadhri retains the right, at the

cost of Contractor, to perform any of these materials or work obligations on default of the

Contractor.

17. Adverse Operating Period

17.1 Deleted

17.2 Date of Issue of Taking Over Certificate

After the completion of Period, provided that the contractor has fulfilled the provision of this

contract.

17.3 Good Engineering Practice

In respect of the Contractor, its subcontractors, and all other such third party agents of the

Contractor, practices, methods, techniques and standards, shall be as changed from time to

time, that are generally accepted for use whole building appurtenances, all type of meters

and control equipment(s), and all other facility during construction, development, defect

liability period, taking into account conditions in India. In this regard PWD manuals and

directions of EIC with respect to any contingency shall also be applicable.

17.4 Non-conformance Event

Any occasion on which the Contractor does not provide the services to propose facility.

Executive Engineer,

Municipal Corporation,

Yamunanagar-Jagadhari

Page 119: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Section -5

BID DATA

Page 120: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

BID Data

Name of the Project/ Work: “CONSTRUCTION OF OFFICE BUILDING OF MUNICIPAL

CORPORATION, YAMUNA NAGAR - JAGADHARI HARYANA”.

DNIT No. ………………………………………………………………

……………………………………………………………….

The Bid Data hereunder pertains to some specific, but in no way exhaustive, information

on the Project/ Work. The bidders are required to study and account for this data in

conjunction to various other Sections of the Documents.

Conditions Ref.

Clause

Data

Commissioner,

Municipal

Corporation,

Yamunanagar -

Jagadhri

General Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri means the party named below that will employee

the Contractor and the legal successor in title to the

Commissioner, Municipal Corporation, Yamunanagar -

Jagadhri, but not, except with consent to the Contractor, any

assignee of the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri.

Engineer-in-

charge

General Engineer-in-charge means the Engineer, who is in-charge of

execution of the work and administration of the contract on

behalf of the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri. The Engineer-in-charge may assign

his duties to his sub-ordinates who assists him in execution of

the work and administration of the Contract. His sub-ordinate

shall be termed as Executive Engineer/Assistance Engineer,

Junior Engineer as the case may be. This subordinate shall be

Engineer-in-charge representative at the site of works. The

Engineer representative will carry out such duties of the

Engineer’s like issuing of instruction certificate and orders as

are required in the execution of the works. Engineer

representative will watch and supervise the work, test and

examine the materials, equipment’s, plant and machinery

and workmanship employed in connection with the works

under the contract. The Engineer’s representative with the

approval of the Engineer will have the authority to relieve the

contractor of any of his obligations under the contract and to

order any extra work involving delay incompletion of the

Page 121: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

work and also requiring any extra payment to the contractor.

Commissioner,

Municipal

Corporation,

Yamunanagar -

Jagadhri/Executi

ng Agency

1.2 of ITB Executive Engineer, Municipal Corporation, Yamunanagar-

Jagadhari (Haryana)

Architect/Consul

tant

General Means the consultant appointed by the Commissioner,

Municipal Corporation, Yamunanagar - Jagadhri for the purpose

of assistance in over all implementation of the project.

Type of Contract 1.3 & 16.2

of ITB

The work described in the Bid document is Single percentage rate

contract for (HSR+CP) items and Item rate for NS Items. The form

of this contract is Single responsibility EPC (Engineering,

Procurement and Construction) contract since all the

components of the works are to be designed, carried out/ executed

by the Bidder.

Contract price General Contract price means the sum (Capital cost) quoted in the Bid and

accepted by the Department subject to such additions there to or

deduction there from as may be made under the provisions

contained in the contract or as due to change in scope of work as

defined in DNIT

Firm/

Agency/Contract

or/ Bidder

3.2 of ITB Means the person(s), firm or company whose tender has been

accepted by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri and who has concluded a contract with

the Commissioner, Municipal Corporation, Yamunanagar - Jagadhri

to execute the works included in the DNIT and contract agreement.

Authorized

representative

of the Executing

Agency/ Address

for

Communication

2.1 of ITB Executive Engineer

Municipal Corporation, Yamunanagar-Jagadhari (Haryana)

135001

Phone No.:-01732-260227 (Office)

Email:- [email protected]

Period of

Completion

3.1 of ITB 18 months

Page 122: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Defect Liability

period

Refer

Clause 4.1

of ITB

The defects liability period shall be of 2 year (24 Months) from

the date of issue of the certificate for completion of works.

Eligibility/

Qualification

Criteria

Refer

Clause 8.2

and

Schedule 1

To be qualified for the contract package, the bidder

should have minimum following requirement:

Average Annual Construction Turnover (with or without

O&M)

Average Annual construction turnover of the bidder during the

previous three financial year based on audited balance sheet

shall not be less than Rs. 15 Crore.

Requirement shall be complied as under:

Single

Entity

Joint Venture

All parties

combined

Each Member Lead Partner

Must meet

requirement

Must meet

requirement

IN proportion to the

financial participation in

JV

Minimum

60% of

requirement

Refer Clause 8.3 and Schedule 1

Net worth

Net worth of the bidder as on the last date of previous financial

years shall not be less than Rs. 3 Crore.

Requirement shall be complied as under: Single Entity

Joint Venture All parties combined

Each Member Lead Partner

Must meet requireme

nt

Must meet requiremen

t

IN proportion to the financial participation in JV

Minimum 60% of

requirement

Refer

Clause 8.4

and

Schedule 1

Credit Limit

Credit limit (fund based and non-fund based) available with the

bidder shall not be less than Rs 3 Crore.

Requirement shall be complied as under:

Single

Entity

Joint Venture

All parties

combined

Each Member Lead

Partner

Must meet

requireme

nt

Must meet

requiremen

t

IN proportion

to the

financial

participation

in JV

Minimum

60% of

requirement

Page 123: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Refer

Clause 8.5

and

Schedule 1

& 2

Bidding Capacity

Bidding Capacity of the bidder calculated as below on the date

of BID Submission shall not be less than Rs.28.28 Crore

Bidding Capacity = 2 x A x N-B

Where: A= Maximum annual construction turnover of the

bidder in last five Financial Year

N= Stipulated period of execution of contract in years.

B= Liability of present works in hand during the contract

period. This value shall be taken as calculated in Schedule –

2.

Requirement shall be complied as under:

Single

Entity

Joint Venture

All parties

combined

Each Member Lead

Partner

Must meet

requireme

nt

Must meet

requireme

nt

IN proportion to the

financial participation

in JV

Minimum

60% of

requireme

nt

Refer Clause 8.6 and Schedule 3

Financial Stability (as per Schedule-4)

The Bidder(s) shall not have applied for Corporate Debt

Restructuring (CDR) or facing recovery proceedings from

financial intuitions or facing winding up proceedings or not

under BIFR in last 3 financial years. All Bidders shall submit an

affidavit to this effect along with Certificate from the Bidder's

Chartered Accountant. The bidder shall have to further

demonstrate that it continue to meet the above requirement by

submitting additional affidavit before opening of financial bids.

Failure to comply with requirement shall result in

disqualification of the Bidder (s).

Requirement shall be complied as under:

Single

Entity

Joint Venture

All parties

combined

Each Member Lead

Partner

Must meet

requireme

nt

Must meet

requirement

Must meet

requirement

Not

Applicable

Page 124: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Refer

Clause 8.7

and

Schedule 4

i. Should have successfully executed, completed and

commissioned or substantially completed* following

Similar works during last seven years from the end

date of submission of Bid :

(a) one work costing not less than Rs. 22.30 Crores

Or

(b) Two works each costing not less than Rs. 13.94

Crores.

Or

(c) Three works each costing not less than Rs. 11.15

Crores.

Similar Works means: Construction of Building Work

(RCC/Brick work).

Note:- * Substantially Completed means:

Bidders have completed the works but could not

commission the same because of hindrances beyond

control of bidder and the bill of contractor stands passed

by the competent authority.

OR

Bidders have completed and commissioned the work

atleast of the amount required for qualification, for

which he has drawn the payment out of large size

contract and the bill of contractor stands passed by the

competent authority

Refer

Clause 8.8

and

Schedule 5

Key

Experience

i. Should have successfully executed, completed and

commissioned during the last seven years from the end

date of submission of Bid the work of:

Similar Works means: Construction of Multi storied RCC

Building construction have BASEMENT Construction essentially.

Single Entity Joint Venture

All parties combined

Each Member

Lead Partner

Must meet

requirement

Must meet

requirement

Not

Applicable

Not

Applicable

Ref. Clause

8.9 and

Schedule -6

History of non- performing contracts

Pending litigation criteria and performance in past contracts

shall apply as under:

Non-performance of a contract did not occur as a result of

Bidder’s default within the last two (2) years prior to the

Page 125: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

deadline for Bid submission. Requirement shall be complied as

under:

Single Entity Joint Venture

All parties

combined

Each Member Lead

Partner

Must Meet

Requirement. Bidder

shall submit filled

format as per

Annexure enclosed

in Vol-I of Bid

Document.

NA Must Meet

Requirement. Bidder

shall submit filed

format as per

Annexure enclosed

in Vol-I of Bid

Document.

NA

Ref. Clause

8.10 and

Schedule -6

Failure to sign a contract

Failure to sign a contract after receiving a notice of award has

not occurred in the past 5 years. Any deviation should be

explained in the enclosed Contract Non- Performance Form.

Requirement shall be complied as under:

Single Entity Joint Venture

All parties

combined

Each

Member

Lead

Partne

r

Must Meet

Requirement. Bidder

shall submit filled

format as per

Annexure enclosed in

Vol-I of Bid

Document.

Must Meet

Requirement.

Bidder shall submit

filled format as per

Annexure enclosed

in Vol-I of Bid

Document

NA NA

Ref. Clause

8.11 and

Schedule -6

Pending Litigations

All pending proceedings, litigation, arbitration, actions, claims,

investigations or dispute, in total, shall not represent more

than fifty percent (50%) of the required net worth of bidder.

Requirement shall be complied as under:

Single Entity Joint Venture

All

parties

combined

Each

Member

Lead

Partne

r

Page 126: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Must Meet Requirement NA Must Meet

Requiremen

t

NA

• Notes:- To work out the present price level for turnover and for value of completed/

Substantially Completed, the previous year(s) values shall be multiplied by

weight age factor @ of 10% per year as follows:

Sr. No Financial Year Weight age

(i) 2017-18 1.10

(ii) 2016-17 1.21

(iii) 2015-16 1.33

(iv) 2014-15 1.46

(v) 2013-14 1.61

(vi) 2012-13 1.77

(vii) 2011-12 1.947

• In case previous experience of sole bidder or constituent of JV/ Consortium as a

member of JV /Consortium, experience weightage of work shall be provided in

proportion to the Shareholding in the project.

• The works which have been completed and commissioned during the seven (7) years,

though may have commenced earlier , shall be considered for the experience

purposes; The date of completion should be fall within 7 years from end date

of submission of bid.

• Experience certificate issued by an office not below the rank of Executive Engineer or

equivalent of the State Government/ Central Government or their undertakings and

autonomous bodies shall only be considered for the purpose of experience of work.

• The Bidder shall keep original certificates with him for verification and will present, if

required, at a short notice of 3 day to the department.

• Key experience can be met from maximum of three contracts. The key experience of

the contracts shall be combined to decide the eligibility.

• For the purpose of Clause 8.2 and 8.5, the Bidder may use Financial Data for

any group of three Financial Years out of :

2017-18,2016-17,2015-16

OR

2016-17, 2015-16, 2014-15

Page 127: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Section - 6

CONTRACT DATA

Provided the audited balance sheet shall be available for all the three years.

• For clause 8.3 (i.e. net Worth) bidder may use Financial data for any Financial years out

of : 2017-18 OR 2016-17

Page 128: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Sr.

No.

Definition/

Description

Clause

1 Contractor

Equipment

• Contractor equipment means all appliances or things of

whatsoever nature required for the purpose of completing

the works

2 Materials • Materials means things of all kinds (other than

equipment) intended to form or forming part of the

permanent works, including the supply of material to be

supplied by the contractor under the contract.

3 Specifications • Specifications and particular specifications mean the

regulating guidelines contained in the Haryana PWD

specifications, Manual on RCC frame structure building

works water under the Ministry of Urban Development,

Indian Standard specifications and codes, all of least

editions and those contained in the DNIT documents and

also those based on good Engineering practices

4 Advance

Payment for

Mobilization for

Execution of the

Work

Percentage

deductions for

repayment of

Advance

• Mobilization advance shall be given @ 5% of the

accepted Contract Amount of Design Build works in two

installments against a bank guarantee (BG) of equal

amount issued by a reputable bank located in India,

valid up to after the recovery of Mobilization advance,

including interests thereon. The bank guarantee

submitted shall be unconditional and en-

cashable/revoked at town for which Bids are invited or at

least at the concerned district head quarter when

presented in specified Branch Office. The Bank may

include scheduled banks or nationalized banks,

enforceable at the bank’s branch in Yamunanagar as

detailed under:

First installment of not more than 2.5% of the Accepted

Contract Amount immediately after signing the Contract.

Second installment of remaining amount on demand by

the contractor only after submission of details of use of

first installment.

A simple rate of interest shall be charged @12% per annum on mobilization advance.

• Advance payment shall be recovered @ 12.5% of

mobilization advance as deductions in each interim

payment certificate which shall commence after 3

Page 129: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Payment

months of giving advance but in any case all amount to

be recovered within 12 months of giving advance or

completion of the Project, whichever is earlier.

In case, Contractor fails to execute the sufficient work,

to generate payments for recovery of extra Mobilization

within 11 months of giving advance, EIC may start the

process of revoking bank guarantee, which is provided

by Contractor against Mobilization Advance to recover

the balance Mobilization Advance along with the interest

accrued.

5 SECURITY

DEPOSIT AND

PERFORMANCE

GUARANTEE

• The Earnest Money of successful bidder shall be

retained by the Commissioner, Municipal Corporation,

Yamunanagar - Jagadhri against the Performance

Guarantee. The additional security @ 5% of gross

value of every running and final bill of the contractor

shall also be deducted.

• Performance Guarantee

The performance Bank guarantee shall be (5% of the

contract value – (Minus) the Earnest Money

retained). The remaining performance Bank guarantee

can be deposited by the agency within 20 days of the

allotment of work in the form of bank guarantee as per

format at Annexure-8. The BG should be issued by

any nationalized / schedule bank and shall remain valid

upto 60 days beyond defect liability period.

Performance Bank Guarantee submitted against the

performance guarantee shall be unconditional and en-

cashable/ revoked at Town for which Bids are invited or

at least at the concerned district head quarter when

presented in specified Branch Office.

Release of Security Deposit and Performance Bank

Guarantee

• The Performance guarantee i.e. Performance Bank

Guarantee and EMD retained as Performance

Page 130: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Guarantee shall be released after completion of work.

• The remaining cash retained i.e. Security Deducted

from bills (hereinafter referred as Security Deduction)

shall be released after the defect Liability period

6 SCHEDULE OF

PAYMENTS

The Bidder shall raise his invoice on the in different stages.

The invoice will be checked with reference to the supply of

material/equipment and progress of works and quality as

per the Scope of Work and Technical Specifications in the

Tender Document.

1. Schedule of Payment for Building work

a. On supply of Steel and

Cement at site

60% of the

Invoice value

All the items shall be paid on the basis of actual

measurement for completed work at site.

a. All the items shall be paid on the

basis of actual measurement for

completed work at site after

submission of bill for the executed

work duly verified by EIC.

Note: In case for any item/unit the Schedule of

Payment is not mentioned above, it shall be

decided by the Engineer-in-charge during execution

and his decision shall be final and binding.

7 Defects Liability

Period

i. The defect liability period shall be of 24 months, from the

next day of completion of project completion as reported

in the completion certificate issued by the department.

The Contractor shall operate & be responsible for

satisfactory performance & maintenance of all the work

under all under all design and operating conditions for the

duration of the defects liability period, except for damage

due to unprecedented natural calamities. During the

defect liability period the contractor has to provide for

additional training of the department staff and have to

carry out the operational, maintenance and repair

activities.

Constructional defect such as defects due to premature

use of materials, works not executed in accordance with

the Contract, hidden faults in material and equipment not

discovered during inspection and testing, fault in design,

Page 131: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

manufacturing, erection and in construction shall be

pointed out by the EIC and shall have to be rectified by

the contractor during this period. The cost for repair

material, spare parts, transport, repairs, tests and repair

staff shall have to be borne by the contractor. If the

Contractor fails to rectify the defect within a period of 15

days after aforesaid notice, the Engineer in Charge may

forfeit the security deposit or an amount thereof required

for the rectification through a third party without

prejudice to any other right the Commissioner, Municipal

Corporation, Yamunanagar - Jagadhri may have against

the Contractor in respect of his failure to remedy such

defects.

In the case of delayed “Completion of Work” caused by

the Contractor, the defects liability period shall be

extended accordingly.

ii. The Engineer in Charge shall be entitled to operate any

section or sections after Total Physical Completion but

before Completion of work and thereupon the Engineer-

in-Charge shall issue a certificate in respect thereof to the

Contractor.

8. Permits /

N.O.C.’s and

Licenses

a) Permits, N.O.C.’s and licences required for the execution of the work shall be obtained by the contractor at his own expenses and nothing extra shall be paid in this regard.

9. Completion of

project in 100%

functional

condition.

a) Main Civil Contractor appointed by the Municipal

Corporation, Yamuna Nagar – Jagadhri (Haryana) for Civil

,Electrical& Public Health works shall cooperate &

coordinate with all other contractors like for Electrical

works, Fire fighting works, Development works, Lifts, Air

conditioning and/or other related works to get all

disciplines in 100% functional condition & shall not be

issued the Completion/ Virtual completion till the building is

completed and occupied by Municipal Corporation, Yamuna

Nagar – Jagadhri authorities i/c taking Possession cum

Occupation Certificate from Competent Authorities, NOC

from Pollution Control Deptt. Fire fighting Deptt. Or any

other State/Central Govt. Deptt. etc. Since all the jobs are

inter linked and is a joint responsibility of the main civil

contractor with other contractor for functioning of the

Page 132: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Building.

b) The work shall be executed as per general specification for

Civil, Electrical & PH works of the Haryana PWD. The work

shall be executed under the direct supervision of person

holding a certificate of competency issued by the state

government for the type of the works involved in

conformity with best method of modern engineering

practice and to the entire satisfaction of the Engineer in-

charge/Consultant. The contractor should be ready to

produce the details particular standard if asked by the

Engineer In-charge/Architect.

10. Correlation of

drawings

a) Drawing indicates the extent and general layout of Civil,

Electrical & Public Health etc. Any changes found essential

to coordinate installation of this work with other shall be

made without any extra claims.

11. Bought out

items with test

certificates and

of approved

make.

a) Bought out items shall be procured only from specified Established and leading Manufacturers having good performance record to their credit in similar field. In case of any deviation, prior written approval has to be obtained from the Engineer In charge /Architect. A list of different equipment/items of approved makes is enclosed in this document.

b) All Civil,Electrical,PH works etc. shall comply with the requirement and shall be subject to routine tests as stipulated in the statuary provision applicable in the locality. The manufacturer’s test certificate shall be submitted to the Engineer In charge/ Architect where demanded.

c) All the item of work shall be executed strictly in accordance with technical specifications, equipment schedule, drawings and bill of quantities read in conjunction with codes/ standards specified and intent of the specifications.

12. Approval of

Shop Drawings

for Specialized

Services

alongwith As

Built Drawings

on Completion

a) The drawings indicating the nature of work have been issued along with the tender. Successful tenderer shall be issued Good for Construction Drawings. Contractor shall further prepare & submit workshop drawings/ detailed execution drawings/ layouts, etc. to the Engineer In charge/ Architect for their approval within 15 days from the date of award of work.

b) All the requirements of specifications, equipment schedule, Specials, Accessories and Shop drawings whether such requirements are mentioned in the item or not. Specifications, equipment schedule and drawings shall be read as part of bill of quantities.

c) All specialized services like Air Conditioning, Fire Fighting, Automation, Structural Glazing and similar works shall be executed through a Specialized Agency approved by the Consultant/ Engineer Incharge before execution at site.

Page 133: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Such agency shall supply all shop drawings, fabrications details etc. alongwith Design Calculations as per Standard Norms for approval to the Competent Authority.

d) The approval of execution drawings/ shop drawings/ layout drawings shall not in any way absolve the contractor of his obligation to fulfill the intent of the specifications.

e) Contractor’s Final Bill shall be accepted by the Engineer-in-charge/Architect only if As Built Drawings for Civil, Public Health, Electrical & Allied Services Drawings in Triplicate on Ao Size are enclosed with Bill. All routing of pipes etc. for Public Health along with circuits & wires etc. for Electrical Works shall be submitted for easy maintenance of all services at all floors.

13. Equivalent or

Equal

a) The term “Equivalent” or “Equal” shall mean the equivalent in case badly required and as approved in the Writing by the Engineer Incharge/ Consultant. The question of “Equivalent” materials/ equipments shall be considered only, if the specified make is not available in the market or discontinued by the manufacturer. The same shall be certified in writing by the Company.

14. Office

Accommodation

for the Engineer

- in-charge /

Site Engineer.

a) The contractor shall provide, erect and maintain at his cost a separate simple watertight office accommodation for Engineer-in-charge / Architect / Site Engineer, in case it is not already available at site. This accommodation shall be well lighted and ventilated and provided with windows, door with a lock. The Engineer-in-charge / Site Engineer’s office shall be minimum of 14 Sqm. (150 Sqft.) and the Contractor shall provide a desk, chairs, drawers for keeping drawings, a cupboard having proper lock and a backboard for displaying drawings and lights and fans. The accommodation shall also be fully equipped with Telephone, fax machine, computer system fully loaded with required software, internet connection and A4 size printer and same shall be removed and structure should demolished when directed.

Page 134: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

VOLOUM-II

SECTION 7

TECHNICAL SPECIFICATIONS

Page 135: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

1. SPECIFICATIONS

The work will be executed as per Haryana PWD B&R Specifications as per latest amendment. In case of any discrepancy the Bureau of Indian Standards shall be followed and then CPWD

specifications shall be followed. These will be in order of preference as mentioned below:

i) Haryana PWD (B&R) Specifications.

ii) Bureau of Indian Standards.

iii) CPWD Specifications. In case, any item is not covered by all three above, then the decision of Engineer-in-Charge

shall be final. 1.1 Specifications of N.S. items have been detailed out in BOQ (DNIT) along with Approved Make to be strictly followed.

2. PREAMBLE

2.1 The technical specifications contained herein shall be read in conjunction with the other

bidding documents as specified in volume-1. 2.2 SITE INFORMATION

2.2.1 The information given here under and provided else, where in these documents is given in

good faith by the employer but the contractor shall satisfy himself regarding all aspects of site

conditions and no claim will be entertained on the plea that the information supplied by the employer in erroneous insufficient.

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

2.2.3 GENERAL CLIMATIC CONDITIONS

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

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

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

2.2.3.2 The average annual rainfall in the area is of the order of 500mm. A good portion of which is

concentrated during the months of August and September each year.

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

Page 136: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

BROAD SPECIFICATION OF STEEL & CEMENT TO BE ARRANGED AND

USED BYTHE CONTRACTOR/BIDDER 1. STEEL

The steel to be used for the work shall be T.M.T. steel as per I.S.1786 Fe. 500 instead of cold

twisted Deformed (Ribbed/Tor Steel) bars of the primary producers such as TATA steel ltd,

SAIL, RINL, Jindal Steel & Power Ltd.(Jindal Panther) and JSW steel ltd or any primary

producer as approved by the Direction Committee of Haryana who are using iron are basic raw

material / input and having crude steel capacity of 2.0 million tons per annum and above will be

used.

2. CEMENT

I.S.I. marked 43 grade ordinary Portland cements as per I.S. 8112 (Latest) packed in HDOE bags

of 50kg each from the reputed firm from Birla , J.K., Ambuja, J.P. or as approved by Engineer-in-

Charge is to be used by the Contractor/ bidder Pozallana, Portland cement can be used only in

non RCC work. 3. Test Certificate from Shri Ram Test House/ NIT Kurukshetra or any other approved test center

shall be supplied by the agency for each lot of material and the cost thereof shall be borne by the

agency. 4. Payment of items involving use of cement , steel will be made to the agency only if original

voucher or bill of purchase is supplied to the Engineer-in-Charge . 5. No payment of items involving use of cement steel and other material will be made to the

agency if it is brought from any other manufacturer other than mentioned in this DNIT and item

thus executed will rejected & No payment will be made for such items. 6. Granite/Marble, Dholpur, Kotah or any other type of stone should be used in the work as

approved by the Engineer-in-Charge 7 In case factory manufactured items, the contractor will give the name of manufacturers and a

warranty certificate of five years in favour of Engineer-in-Charge. In case of doors shutters the

type of wood used shall also be given by the manufacturer. 8. All material which will be brought to the site either should be got tested at site or a test certificate

from the manufacturer will be produced by the contractor .In case Engineer-in-Charge is not

satisfied with the certificate produced by the contractor than the material will be sent to a reputed

laboratory for testing as desired by the Engineer-in-Charge and charges there of shall be borne by

the agency. 9. In case sample is not found up to the specification than the testing expenditure will be borne by

the agency and material is to be replaced. 10. If test certificate is not produced by the contractor/manufacturer the same will be got tested at the

frequency as in I.S. code/laboratory manual/PWD specification and the entire expenditure will be

borne by the agency.

Page 137: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

11. The Aluminum sections to be used in the Joinery work shall be of Jindal or Hindalco.

12. The Cement and Steel will be arranged by the Agency himself at his own cost and the rates

quoted by the agency shall also include the cost of Cement and Steel. No other charges shall be

applicable on steel and cement.

13. The Cement manufactured by the mini Cement plant shall not be allowed to use.

14. The contractor shall use canal water for the construction of building or water from any other

sources as approved by the Engineer-in-Charge. Water should be got from tested at regular

intervals i.e. maximum of 2 (two) months from the laboratory approved by the Engineer-in-

Charge and no extra cost will be paid for the same. Water to be used shall meet latest IS standard

as per IS 456/other relevant codes. In case canal water is not available, contractor will install RO

system of suitable capacity and check quality of water daily from the Lab set up at site in addition

to regular testing from reputed lab.

Page 138: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

CONDITIONS FOR EARTH WORK 1. The earth to be used shall be good and free from leaves, mud, vegetable metter slush and other

materials. 2. The work shall be carried out strictly in accordance with the P.W.D. specification book of 1990

of latest edition, there to and to the entire satisfaction of the Engineer-in-Charge of the work and

as amended from time to time, till the date of final payment. 3. The rate to be quoted shall includes all allowances for hardness wetness sales tax forest, dues

octroi, cess and all such other charges and taxes leviable if any and nothing extra shall be payable

to the agency on this account. 4. Nothing shall be paid for any loss of damages done due to rains, floods, or any other act of God.

5. Payment for earth filling will be done on the basis of cross sections as laid down in the Haryana

PWD specification No. 6.2 para 27 (b) read with the para 28 and multiplying the ratio of dry built

density of the earth and laid to dry bulk density of natural fill. 6. 20% deduction shall be made for actual measured cubic contents in all cases of un-compacted

fills to arrive at the net cubic contents/measurements. 7. No earth shall be taken from Govt. land. 8. In case agency brings/use the earth from lesser lead than provided in the D.N.I.T. / analysis. The

rate shall be reduced proportionately. 9. Cross section of existing ground at the interval of 15 metres shall be accepted and signed by the

tenderer before start of the work.

Page 139: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

TECHANICAL CONDITION FOR EI WORK

1. The recovery of the pipe already laid will be made on measurement rate basis or point rate

basis or on actual expenditure basis which ever is on high side. In case of Departmental

work, 10% supervision charges shall also be added.

2. Conduit pipe where already laid for wiring purpose will be delivered to the contractor in absolutely clean condition with round inspection boxes duly painted, covered and whole

system tested. After the conduit system is handed over to the contractor to whom the work

is allotted, he will be responsible for its upkeep.

3. During execution of work, if the contractor does not lay pipe and its accessories in the slab

within time prescribed by the Engineer-in-Charge of the work, the Deptt. can then lay the

said pipe-departmentally at contractors risk and cost without operating the clause 2 and 3 of

the contract agreement.

4. Separate conduit pipe for power plug with independent circuit wires shall be laid.

5. Multi plugs shall be provided in all the buildings.

6. C-Series MCB will be provided for air conditioner wiring and no extra payment will be

made and only one make of MCB‟s will be used in whole work.

7. Vertical type of MCB distribution boards will be provided wherever required as per design.

8. The contractor is also allowed to use MCBs duly ISI marked of more then 9 KA breaking

capacity for which no extra payment will be made.

9. For HSR item no.31.12 (D), 31.15 the make of enclosure will be same as that ofMCB

of standard size having thickness 1.6 mm and 1.2 mm in case of TPN and

SPN

enclosure respectively.

10. All MCCBs upto 220 Amp will have 25 KA minimum breaking capacity and above 220

amp. MCCBs will have 50 KA minimum breaking capacity. All MCCBs will have

magnetic thermal release and rotary operating mechanism duly interlocked and only one

make of MCCBs shall be used in whole work. No extra payment on this account shall be

made.

11. The thickness of M.S. Sheet of switch boxes should be of 16 gauges for which no extra

payment will be made.

12. The fan boxes sheet should be 16 gauge and anodized for which no extra payment will be

made.

13. The contractor shall install the material from the list of approved electrical material

appended in the NIT. Material not covered in the list will be used as per HSR-1988, and

PWD Specifications-1990.

Page 140: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

14. The contractor must ensure preparation and submission of pipe diagram, wiring diagram,

key diagram etc. as required vide PWD Specifications Chapter No. 31.6.

15. Where ISI recommends multi stranded conductor of cable, cable with multi- stranded

conductor only will be used on work.

16. Rates should be quoted by the tenderer both in word and in figure, in case of any difference

between the two, the lowest of the same shall be considered as final rate.

17. The rates of bus bar includes the cost of all Labour and material required to complete the job in all respect including thimbles etc. of the same material as that of bars. The support

for bars will be made of porcelain. No extra payment in this regard will be given.

18. The tenderer must either be “A” Class Electrical Contractor enlisted with Haryana

PW(B&R) Deptt. or he must sublet the electrical work to a sub contractor possessing the

above qualification. The Sub contracting will be done with the written approval of

Superintending Engineer, Municipal Corporation, Yamunanagar-Jagadhri or Executive

Engineer, Municipal Corporation, Yamunanagar-Jagadhri.

19. The contractor must employ the following staff while carrying out work:-

List of Key Personnel to be deployed on Contract Work.

(Reference CI 4.5 (B) (b)

Sr. Agreement Amount. Key personal required to be Recovery rate in case

Employed by the non –Employment.

contractor.

1 Upto Rs. 1.00 crore One Electrical Engineer with Rs. 30,000/- per month diploma in Electrical Engineering plus 14%

with 5 years experience of

Departmental

Charges

building construction.

2 Above Rs. 1.00 cr. to One Electrical Engineer with Rs. 50,000/- per month Rs. 5.00 cr. degree in Electrical Engineering plus 14% departmental

with 2 years experience or charges

Diploma in Electrical Engineering

with 5 years experience in

building construction.

3 Above Rs. 5.00 cr. One Electrical Engineer with Rs. 75,000/- per month degree in Electrical Engineering for Electrical

with 5 years experience in

Enginee

r. plus 14%

building construction departmental charges

21. All the street light fittings, bulbs and cables will be got inspected by the contractor at the

works/Go down of the manufacturer before installation at site. A certificate will also be

produced/ submitted by the contractor about the authenticity of purchase of above

material from the authorized source.

Page 141: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

22. Only HYLAM make ISI make (I.S.2036-1995) white Bakelite sheet will be used without

any extra cost.

23. The rates mentioned in the NIT are for complete item including cost of all

accessories, material, labour, tool plants, water electricity bills etc. Unless otherwise specified. No extra payment for the same shall be made.

24. The minimum size of MS control switch boards for controlling one fan point and one

light point shall not be less than 20cm x 25cm x 10cm.

25. The MS box for telephone, Intercom and Bell push shall be installed of size 100mm x

100mmx 60mm in place of 75mm x 75mm x 60mm.

26. The tender having ambiguous/confusing rates and conditions shall be summarily rejected.

27. The quantity/amount of NIT can be increased or decreased.

28. No Road cut charges shall be paid.

29. The contractor shall install two number check nuts and one No. PVC threaded Bush for

each pipe in MS inspection boxes. The contractor shall also install PVC flanged bush in

the junction boxes for each pipe. No extra payment on this account will be made. The

contractor shall quote the rates accordingly.

Page 142: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

L.T. panel: -

General: - This distribution board shall be fabricated out of 14 gauge sheet steel cubical type suitable for

floor mounting end or dead front type. Suitable rubber gaskets shall be provided between all opening and

joint to make the distribution board dust, moisture and vermin proof. The distribution board shall be

suitable for indoor location and shall consist of the bus bar chambers both vertically and horizontally and

the cable entry for the distribution shall be from bottom. Distribution board will consist of a number of

vertical sections. Each vertical section shall be divided in to a few standard sizes of the compartment. The

equipment for the various incoming and out going feeders shall be housed in a separate compartment.

Each compartment door of distribution board shall be provided with inter locking arrangement with the

handle of the respective switches/ MCCB such that the door can not be opened unless the switches are in

the off position. Vertical cable entry shall be provided on each section of the distribution board for

cabling purpose. Continues bus bar of copper shall be provided at the bottom along the entire length,

cable compartment with concealed hinged front door will be fully segregated from the main horizontal/

vertical bus bar of equipment module. The distribution board shall be painted with a suitable enameled

shade after necessary primary treatment. The distribution board shall be suitable for operation on 415

volts 3 phase 50 cycles per second A.C. supply system.

Bus Bar: - The high conductivity copper bus bar provided in the chambers shall be duly tinned and

insulated and rigidly supported at the short intervals by strong 12mm thick non inflammable

hylam partitions . The partitions shall be so designed so as to with stand the stress, which can nor

mall y occur on short circuits . Further, The bus b ars and links shall be of flat copper dully tinned

so that the contract between bus bars shall be easily accessible from front for any connections and

inspection etc .

The bus bars chamber should have of strong metal having no possibility of any dents, due to accidents

and damage, which could result into electrical fault. Bus bars chamber shall be of unit type construction

and have standard flanges opening at the top and bottom on both side so that any modification,

extension can be easily effected at the site.

Test Certificate: - A test certificate from the manufacturer shall be handed over to the department

before installation of the panel specifying that the panel conform to relevant IS/ PWD specifications.

Page 143: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Wiring Diagram: - After completion of the work complete diagram showing connections to the

various equipment on the board is to be prepared by the contractor and to be submitted to the

department along with final bill of the work. In case contractor fails to supply the diagram amount @

0.5% of the work executed shall be deducted from the contractor’s final bill.

Connection: - Inter connections from bus bar chamber to the different molded case circuit breaker / air

circuit breaker should be through solid copper bars of the required capacity duly tinned and insulated

for which no extra payment will be made.

Executive Engineer,

Municipal Corporation,

Yamunanagar-Jagadhri

Page 144: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

APPROVED MAKES OF ELECTRICAL ACCESSORIES / ITEMS

Sr.

No. Name of Items Name of the Brand

1

(A) Electrical accessories, Button

Holder, (A) Anchor (Penta), SSK (Top Line)

Pendent Holder, Ceiling Rose,

Bell

push, Switches and sockets, Call

(B) Anchor (Wood), ABB (Classiq),

Legrand

bell/buzzer etc. (I.S.I. Marked).

(Mosaic), North West, Great White (Fiana),

SSK

(B) Modular Accessories. (Zen, Elegance, Heritage series).

2 Bakelite Sheet (Only White in colour) Hylem, Greenlame (ISI marked)

3 MS Conduit Pipes (I.S.I. Marked)

BEC, NIC, Steel Krafts, M.Kay

4 PVC Wires Copper Conductor (I.S.I. Marked)

Grandlay, Havell’s, Plaza, Ecko, Polycab.

Delton, R.R. Kabel, HPL, DIATRON, Great White

5 LT-PVC/ XLPE Underground cables with

A) All sizes:- CCI, Grandlay, Havell‟s, Plaza,

Aluminum Conductor (I.S.I.

Marked) Polycab, Delton, DIATRON, B) Upto 25 sq. mm 2 to 4 core :- Paragon, Pymen,

Kent, Indane, Incab.

6 (i) HT-XLPE cables with aluminum

CCI, Gloster, Havell’s, Incab, Plaza, DIATRON.

Conductor (As approved by UHBVNL/DHBVNL)

(I.S.I. Marked)

(ii) Arial Bunch cable/ACSR

7 PVC Conduit pipe with accessories and 6 Kg.

AKG, Diplast, Kalinga, Polypack. PKS, Ravindra

Pressure PVC pipe and its

Accessories

8 GI Pipe & M.S. Pipe (medium)

Jindal, Parkash, Ravindra, Tata.

(I.S.I. Marked)

9 I.C. Switches/SFU/FSU/Changeover switch

Category-A (All sizes):- GE, L&T , Siemens,

Category-B (All sizes): Havell’s, SSK,

C&S, Standard,

HPL.

Page 145: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

10 MCBs & Enclosure, ELCB/RCCB. A) GE, Havell’s, L&T, Legrand, Standard, Siemens,

C&S, ABB, Schneider Electric, HPL,

BCH.(Makes of enclosures shall be as per

MCB

s)

Prewired DB’s :- Adhunik (For Adhunik

prewired DB’s MCB of Adhunik can be installed but

not approved in

general)

11 MCCBs & Enclosures

GE, Havell’s, L&T, Siemens, Schneider Electric,

ABB, C&S, Standard, Legrand, BCH, HPL.

12 POLES i) M.S. Pole:- - Manufactured by any firm as per I.S.I. Marked sectional lengths strictly according to IS

ii) G.I. Pole:-

specifications.

-Philips, Bajaj, Surya Roshni, Paruthi Engineers

(PE),

Volmont, GE India, Crompton Greaves,

iii) High Mast :- Skipper, Vipin S.T Poles

- Philips, Bajaj, Surya Roshni, Volmont,

Paruthi Engineer (PE), Crompton Greaves,

iv)

Decorativ

e

Skipper, Vipin S.T

Poles

Poles:-

Twinkle, Mayfair & Sumaglli

13 PVC Casing & Trunking AKG/MK

14 Ceiling Fans (Double ball Bearings) Bajaj, Crompton, Khaitan, Orient, Usha.

15 Indoor light fittings A.) GE, Philips, Wipro, DESANO, REAGENT

16 Outdoor Street Light GE, Philips, Wipro, DESANO, REAGENT

17 Flood Light Fittings, Sodium/ M.H./LED GE, Philips, Wipro, DESANO, REAGENT

18 L.T. Panel/ Load Bank/APFC/Bus Bar Schneider, C&S, ABB, Siemens, Standard, Havell‟s,

Trunking (OEM or their TTA) BCH, Nitya Electrocontrol (NEC), L&T,

(Applicable for Electrical works

more than

AVO

N

Rs. 50.00 lacs and all sub

stations

Page 146: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

works of 500 KVA and above) 19 ACBs GE, L&T, Siemens, Schneider Electric, ABB, C&S.

Havell’s, HPL.

20 OCBs and VCBs Alstom, Crompton, Siemens.

21 TRANSFORMERS Alstom, Bharat Bijlee, Kirloskar, Crompton,

NGEF, Voltamp, ABB, Siemens, Schneider

22 GENERATORS : Engines: Cummins, Greaves Cotton, Kirloskar, Ruston, Eicher (Upto 125 KVA).

Alternators : Crompton, Jyoti, Kirloskar, NGEF,

Stamford.

23 CSSU Schneider Electric, ABB, Siemens, C&S

Page 147: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

TECHNICAL CONDITION FOR P.H. ITEMS.

P.H. fixtures

1. The sanitary fixtures such as E.W.C., Wall Hung Water Closet, Sistern, Wash Hand Basin,

Half Stall Urinal, Urinal Partitions etc. shall be Ist class of reputed manufacturers such as

Hindware, Kohlar & Jaguar duly approved make by Engineer-in-Charge/Architect.

2. The SWR UPVC Soil Waste Vent or Antisyphonage Pipes as per IS – 13592 B type & SWR

UPVC specials helper IS 14735 etc. shall be of reputed manufacturers such as Make of

Supreme, Astral & Finolex duly approved by Engineer-in-Charge/Architect.

3. The other Sanitary Fixtures of CP Brass and Stainless Steel such as Short Body Bib Tap,

Long Body Bib Tap, pillar Tap, Pressmatic Push Valve, Angle Valve, Concealed Valve,

Spray Jet & Health Faucet etc. as mentioned in schedule of items shall be manufactured of

reputed firm such as Hindware/ Jaguar & Chilly Make approved by Engineer-in –

Charge/Architect.

4. CPVC (Chlorinate Poly Vinyl Chloride) pipes & specials for inside buildings as per IS 15778

as mentioned in schedule of items shall be of reputed manufacturers such as Finolex, Astral

approved by Engineer-in-Charge/Architect.

5. In this contract schedule of rates only essential portion of items has been written, for Public

Health item, but it will deem to cover only the entire items as fully described in Haryana

PWD Schedule of Rates – 1988 & amended schedule 2010.

6. The Engineer-in-Charge shall be entitled to order against any item of work shown in this

contract schedule of rates here-in-after called the “Schedule” to any extent and without any

limitation what-so-ever required in his opinion for the purpose of work irrespective of the fact

that the quantities are omitted altogether in the schedule to be carried out.

7. Stainless Steel Sink with other accessories as mentioned in schedule of items shall be

manufactured of reputed firm such as Hindware, Jaguar make approved by Engineer in

Charge/Architect.

Page 148: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Conditions for Public Health Works

1 . The work will be carried out strictly in accordance with the PWD Book of specification

addition 1990, which will form a part and parcel of this contract Agreement.

2. In this contract schedule of rates only essential portion of item has been written, but it will

deem to cover the entire items as fully descry bed in Haryana PWD schedule of rates-1988

amended schedule 2017. 3. The Engineer-in-Charge shall be entitled to order work against any item of work shown in

this contract schedule of rates hereinafter called the schedule, to any extent and without any

limitation where ever as may be required in his opinion for the purpose of work, Irrespective

of the fact that the quantities are omitted all together in the schedule or are shown more or

less than the work ordered to be carried out. 4. The rate for any item of work not provided in the Haryana PWD schedule of rates 1988

amended schedule 2017 but executed at site will be decided by the competent authority and

the decision will be binding upon the contractor. 5. All the items in this contract schedule or rates are subject to the footnotes given in the

Haryana PWD schedule or rates of rates 1988 amended schedule 2017 regarding these items. 6. Approximate quantities are given in this contract schedule of rates and may vary at the time

of execution of works. The payment will however be made for the actual work done by the

contractor. No extra claims whatsoever will be admissible to the contractor on account of v

variation alternation or deletion of any items over the quantities depicted in this contract

schedule of rates. 7. All amendments issued on the Haryana PWD Schedule of Rates-1988 and amended schedule

of 2017 upto the date of opening of tenders will be applicable on the contract schedule of

rates. 8. The contractor will have to make his own arrangement of bricks. 9. Any other items not included in this contract schedule of rates and got done at site of work

will be paid according to Haryana PWD schedule of rates 1988 amended schedule 2017

accepted in the allotment letter approval issued by the competent authority against this

agreement. 10. No claim will be entertained from the contractor in case of any omission in description rates

or unit which might have occurred in any of these items taken in this schedule while

comparing this schedule or on account of typing comparison or overwriting in case of any

error the same shall be rectifiable at any stage as per Haryana PWD schedule of rates 1988

amended schedule 2017 along with the amendments on the same received from time to time.

Page 149: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

11. The premium should be quoted above or below the contract schedule of rates and no

condition should be given in case any condition is tendered this will be considered as Null

and void and only the premium or discount quoted by the tenderer shall be accepted in case

any tenderer refuses to accept this his earnest money will be forted.

12. The contractor shall submitted the test certificate if the steel brought by him to site of work

also the sample of steel may be got tested by the Engineer-in-Charge. The steel shall be ISI

marked. 13. No. premium shall be payable on the allotted rates of NS items by the competent authority. 14. Inspection of SWR UPVC pipe & RCC NP2 pipe will be carried out by the Engineer-in-

Charge/Architect before the same are brought at site for use & SWR UPVC pipe & RCC NP2

pipe will be confirming to all the tests including optional test as per IS 651-1992 for SWR

UPVC pipe and 458-1988 for RCC NP2 pipe with up to date amendment. 15. The measurement of SWR UPVC pipe & RCC NP2 pipe sewer provided on through rate

basis will be done by at least 2 No J.Es to be nominated by Engineer-in-Charge. 16. Each ductile iron manhole cover and frame shall have the trade mark of manufacturer month

and year along with class and work and shall be ISI mark. 17. All taxes such as GST royalty municipal tax octroi charges and any other kind of GST shall

be paid by the contractor and are included in the rate quoted by the contractor separately for

which no premium will be allowed. 18. As and when contractor gives condition that arrangement of water shall made by the

department, it shall be deemed that all the charges incurred thereon shall be borne by the

department and recovery on the total work done shall be made from him. 19. Rate to be quoted by the contractor for each N.S item for complete Job including all

taxes/GST, carriage etc. Nothing extra on any account shall be paid. 20. Payment will be made according to the actual work done by the contractor. 21. Towel rails, Towel ring and bottle traps will be fitted after the written approval of Engineer-

in-Charge/Architect.

22. Extra for Earth Work under Standing Water, making dewatering arrangement by pumping

set will be done by the contractor, water level of standing level at site. The concerned

JEE/SDO will fix water level and certify after physical verification of site. The Engineer in

Charge decision will be final and binding on the contractor.

23. The Vitrified Tiles, Glazed Tile, Mirror Finish Vitrified Tile, Granite Stone or any other

material required for flooring finish shall be 1st class of reputed manufacturer such as

Kajaria, Johnson and Nittco or equivalent duly approved make by the Engineer in

Charge/Architect.

Page 150: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,
Page 151: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

TECHNICAL CONDITION FOR P.H. ITEMS.

P.H. fixtures

1. The sanitary fixtures such as E.W.C., Wall Hung Water Closet, Sistern, Wash Hand Basin,

Half Stall Urinal, Urinal Partitions etc. shall be Ist class of reputed manufacturers such as

Hindware, Kohlar & Jaguar duly approved make by Engineer-in-Charge/Architect.

2. The SWR UPVC Soil Waste Vent or Antisyphonage Pipes as per IS – 13592 B type & SWR

UPVC specials helper IS 14735 etc. shall be of reputed manufacturers such as Make of

Supreme, Astral & Finolex duly approved by Engineer-in-Charge/Architect.

3. The other Sanitary Fixtures of CP Brass and Stainless Steel such as Short Body Bib Tap,

Long Body Bib Tap, pillar Tap, Pressmatic Push Valve, Angle Valve, Concealed Valve,

Spray Jet & Health Faucet etc. as mentioned in schedule of items shall be manufactured of

reputed firm such as Hindware/ Jaguar & Chilly Make approved by Engineer-in –

Charge/Architect.

4. CPVC (Chlorinate Poly Vinyl Chloride) pipes & specials for inside buildings as per IS 15778

as mentioned in schedule of items shall be of reputed manufacturers such as Finolex, Astral

approved by Engineer-in-Charge/Architect.

5. In this contract schedule of rates only essential portion of items has been written, for Public

Health item, but it will deem to cover only the entire items as fully described in Haryana

PWD Schedule of Rates – 1988 & amended schedule 2010.

6. The Engineer-in-Charge shall be entitled to order against any item of work shown in this

contract schedule of rates here-in-after called the “Schedule” to any extent and without any

limitation what-so-ever required in his opinion for the purpose of work irrespective of the fact

that the quantities are omitted altogether in the schedule to be carried out.

7. Stainless Steel Sink with other accessories as mentioned in schedule of items shall be

manufactured of reputed firm such as Hindware, Jaguar make approved by Engineer in

Charge/Architect.

Page 152: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

Conditions for Public Health Works

1 . The work will be carried out strictly in accordance with the PWD Book of specification addition

1990, which will form a part and parcel of this contract Agreement.

2. In this contract schedule of rates only essential portion of item has been written, but it will deem to

cover the entire items as fully descry bed in Haryana PWD schedule of rates-1988 amended schedule

2017. 3. The Engineer-in-Charge shall be entitled to order work against any item of work shown in this

contract schedule of rates hereinafter called the schedule, to any extent and without any limitation

where ever as may be required in his opinion for the purpose of work, Irrespective of the fact that the

quantities are omitted all together in the schedule or are shown more or less than the work ordered to

be carried out. 4. The rate for any item of work not provided in the Haryana PWD schedule of rates 1988 amended

schedule 2017 but executed at site will be decided by the competent authority and the decision will

be binding upon the contractor. 5. All the items in this contract schedule or rates are subject to the footnotes given in the Haryana PWD

schedule or rates of rates 1988 amended schedule 2017 regarding these items. 6. Approximate quantities are given in this contract schedule of rates and may vary at the time of

execution of works. The payment will however be made for the actual work done by the contractor.

No extra claims whatsoever will be admissible to the contractor on account of v variation alternation

or deletion of any items over the quantities depicted in this contract schedule of rates. 7. All amendments issued on the Haryana PWD Schedule of Rates-1988 and amended schedule of 2017

upto the date of opening of tenders will be applicable on the contract schedule of rates. 8. The contractor will have to make his own arrangement of bricks. 9. Any other items not included in this contract schedule of rates and got done at site of work will be

paid according to Haryana PWD schedule of rates 1988 amended schedule 2017 accepted in the

allotment letter approval issued by the competent authority against this agreement. 10. No claim will be entertained from the contractor in case of any omission in description rates or unit

which might have occurred in any of these items taken in this schedule while comparing this

schedule or on account of typing comparison or overwriting in case of any error the same shall be

rectifiable at any stage as per Haryana PWD schedule of rates 1988 amended schedule 2017

alongwith the amendments on the same received from time to time.

11. The premium should be quoted above or below the contract schedule of rates and no condition

should be given in case any condition is tendered this will be considered as Null and void and only

the premium or discount quoted by the tenderer shall be accepted in case any tenderer refuses to

accept this his earnest money will be forted.

Page 153: MUNICIPAL CORPORATION, YAMUNA NAGAR - JAGADHARImcynr.com/wtenders/wtender-id-372.pdfv DNIT For Web Site NOTICE INVITING BIDS FOR WORKS Online Bids are invited on behalf of the Commissioner,

12. The contractor shall submitted the test certificate if the steel brought by him to site of work also the

sample of steel may be got tested by the Engineer-in-Charge. The steel shall be ISI marked. 13. No. premium shall be payable on the allotted rates of NS items by the competent authority. 14. Inspection of SWR UPVC pipe & RCC NP2 pipe will be carried out by the Engineer-in-

Charge/Architect before the same are brought at site for use & SWR UPVC pipe & RCC NP2 pipe

will be confirming to all the tests including optional test as per IS 651-1992 for SWR UPVC pipe

and 458-1988 for RCC NP2 pipe with upto date amendment. 15. The measurement of SWR UPVC pipe & RCC NP2 pipe sewer provided on through rate basis will

be done by at least 2 No J.Es to be nominated by Engineer-in-Charge. 16. Each ductile iron manhole cover and frame shall have the trade mark of manufacturer month and

year alongwith class and work and shall be ISI mark. 17. All taxes such as GST royalty municipal tax octori charges and any other kind of GST shall be paid

by the contractor and are included in the rate quoted by the contractor separately for which no

premium will be allowed. 18. As and when contractor gives condition that arrangement of water shall made by the department, it

shall be deemed that all the charges incurred thereon shall be borne by the department and recovery

on the total work done shall be made from him. 19. Rate to be quoted by the contractor for each N.S item for complete Job including all taxes/GST,

carriage etc. Nothing extra on any account shall be paid. 20. Payment will be made according to the actual work done by the contractor. 21. Towel rails, Towel ring and bottle traps will be fitted after the written approval of Engineer-in-

Charge/Architect.

22. Extra for Earth Work under Standing Water, making dewatering arrangement by pumping set will

be done by the contractor, water level of standing level at site. The concerned JEE/SDO will fix

water level and certify after physical verification of site. The Engineer in Charge decision will be

final and binding on the contractor.

23. The Vitrified Tiles, Glazed Tile, Mirror Finish Vitrified Tile, Granite Stone or any other material

required for flooring finish shall be 1st class of reputed manufacturer such as Kajaria, Johnson and

Nittco or equivalent duly approved make by the Engineer in Charge/Architect.

Executive Engineer,

Municipal Corporation,

Yamunanagar-Jagadhri.