Professional Documents
Culture Documents
HKKJR LJDKJ: Government of India
HKKJR LJDKJ: Government of India
Hkkjr ljdkj
GOVERNMENT OF INDIA
- 560 034
080-25532085
080-25532085
- eebcd-3@kar.nic.in
3
.. .. , ',
,
080-25532085
080-25532085
eebcd-3@kar.nic.in
FORMING
3
Construction of 1 no
120 Men Barrack for
Sector Head Quarter
(SHQ), ITBP at
Jangamakote Hobli,
Sidlaghatta Taluk,
Chikkaballapur district,
Karnataka.Sub Head:
Building portion
including internal
water supply, sanitary
installations, drainage,
internal electrical
installations, Lightning
Conductor, Main
Panel &fire
extinguishers
&miscellaneous.
Earnest money
Period of
completion
Up to 03.00
PM on
30.11.2015
At 03.30
PM on
30.11.2015
To
be
submitted
during
office
hours within a
week from the
date of opening
of bid. In case
the last day
happens to be
closed holiday,
these
documents
shall
be
submitted
on
the
next
working day.
12
Rs.8,32,187 /-
+ Electrical : Rs.29,58,939/-)
Estimated cost
put to bid
NIT
No.
Sl.
No
11/CE/BCD III/2015-2016
The Executive Engineer, Bangalore Central Division III, CPWD, Bangalore. on behalf of
President of India invites online composite percentage rate bids from approved and eligible
composite category contractors of CPWD and those of appropriate list of MES., BSNL and Railway
for the following work (s).
months
2
2
1.
2.
3.
4.
The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
Information and instructions for bidders posted on website shall form part of bid document.
The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com /CPWD or www.cpwd.gov.in free of cost.
But the bid can only be submitted after depositing processing fee in favour of ITI
Limited and uploading the mandatory scanned documents such as Demand Draft or
Pay order or Bankers Cheque or Deposit at call receipt or fixed deposit receipts and
Bank Guarantee of any scheduled bank (bankers name, amount, number and date)
towards EMD in favour of Executive Engineer, Bangalore Central Division III,CPWD,
Bangalore and other documents as specified.
The contractors already registered on the e-tendering portal will have option to
continue by paying tender processing fee upto one year from the date of registration,
or to switch over to (new) registration without tender processing fee any time. All
new registrations from 01.04.2015 will be without tender processing fee.
5.
6.
7.
8.
9a.
9b.
10.
11.
(A)
i)
ii)
iii)
iv)
Those contractors who are not registered on the website mentioned above, are required to
get registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
Contractor can upload documents in the form of JPG format and PDF format.
Contractor must ensure to quote percentage of each schedule. The column meant for
quoting percentage in figures appears in pink colour and the moment percentage is
entered , it turns sky blue.
Contractor should quote the percentage above or below to two places of decimal only.
3
3
(B)
By Non-CPWD contractors
i)
ii)
Treasury Challan / Demand Draft / Pay Order or Bankers Cheque / Deposit at Call
Receipt / Fixed Deposit Receipt /Bank Guarantee of any scheduled Bank against
EMD.
iii)
a.
The similar work executed shall be RCC framed structure building work comprising of civil
work items necessary to complete the building including water supply, sanitary installations &
drainage work and internal electrical installations.
b.
c.
iv)
Complete set of TDS Certificates (Form 16A) shall be uploaded in case the similar work is
executed for a private body which shall form basis for establishing the completion cost of
work executed.
v)
vi)
An undertaking that The Physical EMD shall be deposited by me/us with the EE
calling the bid in case I/We become the lowest bidder within a week of the opening of
financial bid otherwise department may reject the bid and also take action to withdraw
my/our enlistment/ debar me/us from tendering in CPWD.
Valid electrical license from competent authority in the name of contractor or an
undertaking that they will either obtain valid electrical license at the time of execution
of electrical work or associate contractors having valid electrical license of eligible
class
This work requires engaging more than 20 nos. of labours / workers and therefore all
necessary licenses such as labour license, EPFO and ESI, BOCW welfare registration etc.,
shall be taken by contractor within the time limits as prescribed under clause 1 of schedule
F.
vii)
12
-sd/Executive Engineer
BCD III, CPWD, Bangalore
No.69 (1)//BCD III/2015/
Date: /11/2015
Copy to:
1. Chief Engineer, Southern Zone III, CPWD, Bangalore.
2. The Dy. Inspector General, SHQ, (Bangalore), ITB Police Force, Bangalore.
3. Superintending Engineer, BCC, CPWD, Bangalore.
4. Superintending Engineer, (Elct.), BCEC, CPWD, Bangalore.
5-8.The Executive Engineer, BCD I, BCD II, BCED I, BCED II, CPWD, Bangalore.
9. The Deputy Director(H), Horticulture, CPWD, Bangalore.
10. All Assistant Engineer, under BCD III, CPWD, Bangalore.
11-12. AAO/AE(P)/Cashier/ Auditor of BCD III, Bangalore.
13. Notice Board.
14. Drawing Branch.
Executive Engineer
BCD III, CPWD, Bangalore
4
4
CPWD 6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e- TENDER
1
Composite percentage rate bids are invited on behalf of President of India from
approved and eligible composite category contractors of CPWD and those of
appropriate list of MES., BSNL and Railway for the following work (s).
Construction of 1 no 120 Men Barracks for Sector Head Quarter (SHQ), ITBP at
Jangamakote Hobli, Sidlaghatta Taluk,Chikkaballapur district, Karnataka.
Sub Head: Building portion including internal water supply, sanitary installations,
drainage, internal electrical installations, Lightning Conductor, Main Panel and fire
extinguishers &miscellaneous.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor
should be valid on the original date of submission of bids.
1.1
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the bids. He will also nominate
Division which will deal with all matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid, should
clearly indicate the estimated cost of each component separately. The eligibility of bidders
will correspond to the combined estimated cost of different components put to bid.
Intending Non-CPWD bidder is eligible to submit the bid provided he has definite
proof from the appropriate authority, which shall be to the satisfaction of the
competent authority, of having satisfactorily completed similar works of magnitude
specified below: Similar work means RCC framed structure building work comprising of Civil
work items necessary to complete the building including water supply, sanitary
installations & drainage work and internal electrical installations.
Bidders are also required to submit TDS Certificates in form 16A in case the
similar works are executed for a private body which shall form basis for establishing
the completion cost of similar work executed by the bidders.
5
5
1.2.3 When bids are invited from non CPWD contractors as per provisions of clause 1.2.1
above, it will be mandatory for non CPWD contractors to upload the work
experience certificate (s) and the affidavit as per the provisions of clause 1.2.2.
But for such bids, CPWD class I and class II composite category contractors are
eligible to submit the bids without submission of work experience certificate and
affidavit. Therefore,CPWD class I and class II composite category contractors
shall upload two separate letters for experience certificate and affidavit that these
documents are not required to be submitted by them. Uploading of these two letters
is mandatory otherwise system will not clear mandatory fields.
2.
3.
Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 which is available as a Govt. of India Publication and also available on
web site www.cpwd.gov.in. Bidder shall quote his percentage rates as per various
terms and conditions of the said form which will form part of the agreement.
The time allowed for carrying out the work will be 12 months from the date of start
as defined in schedule F or from the first date of handing over of the site, whichever
is later, in accordance with the phasing, if any, indicated in the bid documents.
6
6
4.
6.
After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.
7.
While submitting the revised bid, contractor can revise the percentage rate of one or
more schedule(s) any number of times but before last time and date of submission
of bid as notified.
8.
Earnest Money in the form of Treasury Challan or Demand Draft or Pay Order or
Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer, Bangalore Central Division III, CPWD, Bangalore shall
be scanned and uploaded to the e-tendering website within the period of bid
submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs.20 lac, whichever is less, shall have to
be deposited in shape prescribed above, and balance may be deposited in shape
of Bank Guarantee of any scheduled bank having validity for six months or more
from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest bidder within a week after opening of financial bid failing which the bid shall
be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority. The agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders.
The physical EMD shall be deposited by me/us with the Executive Engineer calling
the bid in case I/we become the lowest bidder within a week of the opening of
financial bid otherwise department may reject the bid and also take action to
withdraw my/our enlistment./ debar me/us from tendering in CPWD.
9.
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
(i) e-Tender Processing Fee Rs. 5,700/- if registration with tender processing
fee is continued, shall be payable to M/s. ITI Limited through their egateway by credit / debit card, internet banking or RTGS/NEFT facility only.
7
7
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the Information and instructions for contractors for e-tendering shall be
scanned and uploaded to the e-tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as
specified in Information and instructions for contractors for e-tendering shall have to
be submitted by the lowest bidder only along with physical EMD of the scanned copy
of EMD uploaded within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of
those bidders, who has deposited e-Tender Processing Fee with M/s ITI
Limited and Earnest Money Deposit and other documents scanned and
uploaded are found in order.
The bid submitted shall be opened at 3.30PM on 30.11.2015
10.
The bid submitted shall become invalid and e-tender processing fee shall not be
refunded if:
(i)
(ii)
(iii)
(iv)
(v)
* to be filled by EE
11.
8
8
12.
13.
The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any or
all the bids received without the assignment of any reason. All bids in which any of
the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
14.
15.
The competent authority on behalf of President of India reserves to himself the right
of accepting the whole or any part of the bid and the bidders shall be bound to
perform the same at the percentage rate quoted.
16.
The contractor shall not be permitted to bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or
as an officer in any capacity between the grades of Superintending Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who
are working with him in any capacity or are subsequently employed by him and who
are near relatives to any gazetted officer in the Central Public Works Department or
in the Ministry of Urban Development. Any breach of this condition by the contractor
would render him liable to be removed from the approved list of contractors of this
Department.
9
9
17.
18.
The bid for the works shall remain open for acceptance for a period of sixty (60)
days from the date of opening of bids. If any bidders withdraws his bid before the
said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further
the bidders shall not be allowed to participate in the rebidding process of the work.
19.
This notice inviting bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting of:The Notice Inviting bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the percentage rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.
Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable
20.
For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The Earnest Money will be fixed with respect to the combined
estimated cost put to tender for the composite bid.
20.1.2
Part A: CPWD-6, CPWD- 7 including schedule A to F for the major component of the work,
General / specific conditions, specifications applicable to major component of the
work. Standard General Conditions of Contract for CPWD 2014 as
amended/modified upto the date of submission of bid.
Part B: Schedule A to F for minor component of the work. (electrical component).SE/EE in
charge of major component shall also be competent authority under clause 2 and
clause 5 as mentioned in schedule A to F for major components) General/specific
conditions, specifications applicable to minor component(s) of the work.
Part C: Schedule of quantities of major and minor component of work.
20.1.3 For execution of following components, the bidders should either himself possess
the eligibility criteria, as mentioned or the bidders must associate himself, with
agencies of the appropriate class eligible to bid for each of the following
components individually, if he himself does not have the eligibility criteria specified
below -
10
10
For specilised components of Civil & E& M works, the eligibility criteria for
Associate agencies shall be as detailed below :
SL.
No.
Estimated
cost Rs.
(in Lakhs)
Eligibility
1.
Laying of Granite
flooring
2.
16.56
56.43
Water proofing
treatment work
7.39
1.78
Fire existinguisher.
Fire detection and
alarm and any other
co-related items
11
(a)
11
The bidder should either himself meet the eligibility conditions for the specilised civil & E&M works as
above or otherwise he will have to associate an agency meeting the eligibility requirements for
specilised civil & E&M works after award of work and has to submit details of such agency(s)
conforming eligibility conditions as defined in the bid document to the Executive Engineer of
concerned component at least two months in advance from taking up specific component. Names of
the agency(s) to be associated shall be approved by the Engineer-in-Charge of concerned
component.
(b)
In case the main contractor is himself eligible (as per eligibility criteria) for executing any
specific component and intends doing the job himself, he may not be required to
associate with another agency for that component of work. In such cases the main
contractor also has to submit the documents as per eligibility criteria mentioned for
associated agency of that individual component.
( C)
In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge of concerned
component. The new agency/agencies shall also have to satisfy the laid down eligibility
criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he
can direct the contractor to change the agency executing such items of work and this shall
be binding on the contractor.
The main contractor has to enter into agreement with contractor(s) associated by him for
execution of above component(s). Copy of such agreement shall be submitted to EE/DDH in
charge of each concerned component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into agreement with
the new contractor associated by him.
(d)
20.1.4
The eligible bidders shall quote percentage rates for major component as well as minor
component of work.
20.1.5
After acceptance of the bid by competent authority, the EE in charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with EE in charge of
major component and has also to sign two or more copies of agreement depending upon
number of EEs/DDH in charge of minor components. One such signed set of agreement
shall be handed over to EE/DDH in charge of minor component. EE of major component
will operate part A of the agreement. EE/DDH in charge of minor component(s) shall
operate part B and Part C along with Part A of the agreement.
20.1.6
Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.
20.1.7
Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works. The Earnest Money will be
refunded after receipt of Performance Guarantee.
20.1.8
Running payment for the major component shall be made by EE of major discipline to the
main contractor. Running payment for minor components shall be made by the Engineerin-charge of the discipline of minor component directly to the main contractor.
12
12
20.1.9
The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineerin-charge of major component after record of completion certificate of all other
components.
20.1.10 Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in
the final bill for composite contract.
21.
In case any discrepancy is noticed between the documents as uploaded at the time
of submission of the bid online and hard copies as submitted physically in the
office of Executive Engineer, then the bid submitted shall become invalid and the
Government shall, without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be
allowed to participate in the re-tendering process of the work.
13
13
CPWD 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Composite percentage Rate Tender & Contract for Works
(A)
Tender for the work of:- Construction of 1 no 120 Men Barrack for Sector Head
Quarter (SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur
district, Karnataka. Sub Head: Building portion including internal water supply,
sanitary installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire extinguishers & miscellaneous.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule F viz., schedule of quantities and in
accordance in all respect with the specifications, designs, drawing and instructions in
writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract and with such materials as are provided for, by, and in respect
of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for sixty (60) days from the due date of its
opening and not to make any modification in its terms and conditions.
A sum of Rs.8,32,187/- is hereby forwarded in receipt treasury challan/ deposit at
call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand
draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest
money./ A copy of earnest money in receipt treasury challan/ deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand
draft of a scheduled bank/bank guarantee issued by a scheduled bank is
scanned and uploaded.
If I/We, fail to furnish the prescribed performance guarantee within prescribed
period. I/We agree that the said President of India or his successors, in office shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely. Further, if I/We fail to commence work as specified, I/We agree
that President of India or the successors in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said performance
guarantee absolutely. The said Performance Guarantee shall be guarantee to
execute all the works referred to in the tender documents upon the terms and
conditions contained are referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in clause 12.2 and 12.3 of
the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work
14
14
I/ we undertake and conform that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of department, then I/we shall be debarred for
tendering in CPWD in future forever. Also, if such a violation comes to the notice of
department before date of start of work, the Engineer in-charge shall be free to
forfeit the entire amount of Earnest Money deposit/ Performance Guarantee.
Note: A work is said to have been executed on back to back basis when the entire
work or substantial part of the work forming the basis for evaluation of the eligibility
of the bidder is got executed by the bidder through another contractor either by direct
nomination or by call of tender.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from 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 State.
Dated:
Signature of Contractor
Witness:
Postal Address
Address :
Occupation :
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned
hereunder) is accepted by me for and on behalf of the President of India for a sum of
Rs.
....
(Rupees
).
The letters referred to below shall form part of this contract agreement:(a)
(b)
(c)
For & on behalf of President of India
Dated:
Signature *
Designation *.
* to be filled by EE
15
15
PROFORMA OF SCHEDULES
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE A
Schedule of quantities ; As per Schedule attached
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sl.
No.
Description of item
Quantity
3
---nil---
Place of
issue
SCHEDULE C'
Tools and plants to be hired to the contractor
Sl. No.
Description
Place of issue
4
SCHEDULE D'
Extra schedule for specific requirements / documents for the work, if any.
--nil-SCHEDULE E'
Reference to General Conditions of contract.
(B)
Name of work: Construction of 1 no 120 Men Barrack for Sector Head Quarter
(SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur district,
Karnataka. Sub Head: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor, Main
Panel and fire extinguishers & miscellaneous.
Estimated cost of work:
Rs.4,16,09,330 /-
5% of tendered value
16
16
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS:
Officer inviting tender
Executive Engineer
Bangalore Central Division III
CPWD .Bangalore
Definitions:
2(v)
Engineer-in-Charge....
Executive Engineer
Bangalore Central Division III
CPWD.Bangalore
Chief Engineer
South Zone 3
CPWD, Bangalore
15%
Delhi Schedule of Rates 2014.with
amendments upto last date of submission
of bid.
2(xii) Department
Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance
(ii) Maximum allowable extension with late
fee @0.1% per day of performance
Guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under clause 2
15 (fifteen) days
7(seven) days
Superintending Engineer
Bangalore Central Circle
CPWD .Bangalore
Clause 2A
Whether Clause 2A shall be applicable
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start
No
17
17
Time allowed in
days/months (from
date of start)
2 months
6 months
9 months
Amount to be with-held in
case of non achievement of
each of the mile stone (% of
tendered amount of civil
component)
1.00% of the tendered value
of the work .
10 months
12 months
12 months.
(ii)
(iii)
Clause 6,6A
18
18
6A
Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment
Rs.35 lakhs
Clause 7A
Whether Clause 7A shall be applicable
Yes
Clause 10A
List of testing equipment to be provided by the contractor at site lab.
1. Please see at page 51 - 52
4.................
2. ..................
. 5. ..................
3..................
6..................
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable
Yes
Clause 10C
Component of labour expressed as percent of value of work =
Not Applicable
Clause 10CA
S.No
Corresponding
period
Ordinary Portland
Cement
NA
October 2015
Portland
Pozzolona
Cement
Steel
reinforcement
(TMT Fe500 D)
from primary
producer
NA
October 2015
NA
Rs.39265/- MT
October 2015
NA
Rs.37990/- MT
October 2015
NA
Rs.42331/- MT
October 2015
Steel
reinforcement
(TMT Fe 500 D)
from secondary
producer
Structural steel
19
19
12 months
42 %
25%
Note : Xm : 42% (should be equal to (100) (materials covered under Clause 10CA
i.e. cement, steel , POL and other material specified in Clause 10CA + Component of
Labour ).
Clause 11
Specifications to be followed
for execution of work
Clause 12
Type of work:12.2 & 12.3
12.5
Original work
Clause 16
Competent Authority for deciding
Reduced rates
30%
30%.
100%
Superintending Engineer
Bangalore Central Circle
CPWD, Bangalore .
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1. ...............................
2. ............................... 3. .............
4. ..Please see .at page.53 5. ............................... 6. .
7. ..
8. .............................. 9. .............
Clause 25
Constitution of Dispute Redressal Committee
Claim amount
Chairman
Member
Member
20
20
Clause 36(i)
Requirement of Technical Representative(s) and recovery Rate
Sl.
No
.
Minimum
Qualification of
Technical
Representative
Graduate
Engineer
or
Discipline
Designation
(Principal
Technical/ Technical
Representative)
Minimum
Experience
Numbe
r
2 years
Civil
Diploma
Engineer
Project Manager
cum planning /
quality
/
site
/billing Engineer
1 no
5 years
Assistant Engineer retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree .
Clause 42
(i) (a) Schedule/statement for determining
theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates .2014 printed by C.P.W.D.
(ii)
Nil
Description of Item
--nil---
Rs 8100 /MT
--nil---
Rs 8000 /MT
--nil---
Rs 55000/MT
21
21
SPECIAL CONDITIONS
1. The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design, drawings,
particular specifications, special conditions, additional conditions and instructions of
the Engineer-in-Charge.
2. Before tendering, the contractor shall inspect the site of work and shall fully acquaint
himself about the conditions prevailing at site, availability of materials, availability of
land and suitable location for construction of godowns, stores and camp, transport
facilities, the extent of leads and lifts involved in execution of work.
3. The contractor shall at his own expense and risk arrange land for accommodation of
labour, setting up of office, storage of materials, erection of temporary workshops,
construction of approach roads to the site of work, including land required for
carrying out of all jobs connected with the completion of the work. However, the
departmental land to the extent available may be allowed to be used for these
purposes free of rent without accepting any responsibility for the delay, if any, on this
account. The contractor shall have to abide by the regulations of the authorities
concerned and the directions of the Engineer-in-Charge for use of land available at
the site of work. If it becomes necessary during construction to remove or shift the
stored materials, shed, workshop, access roads, etc, to facilitate execution of the
work included in this agreement or any other work by any other agency, the
contractor shall remove or shift these facilities as directed by the Engineer-in-Charge
and no claim whatsoever shall be entertained on this account.
It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp, etc.
The department will bear no responsibility for lack of such knowledge and the
consequences thereof.
4. The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.
5. The contractor shall carry out true and proper setting out of the work in co-ordination
with the Engineer-in-Charge or his authorized representatives and shall be
responsible for the correctness of the positions, levels, dimensions and alignments
of all parts of the structure. If at any time during the progress of the work any error
appears or arises in the position, level, dimensions or alignment of any part of the
work, the contractor on being asked to do so by the Engineer-in-Charge, shall rectify
such error to the entire satisfaction of Engineer-in-charge. The checking by the
Engineer-in-Charge or his authorized representatives shall not relieve the contractor
of his responsibility for the correctness of any setting out of any line or level. The
contractor shall carefully protect and preserve all bench marks, pegs and pillars
provided for setting out of works.
22
22
23
23
12. The work shall be carried out in such a manner so as not to interfere or adversely
affect or disturb other works being executed by other agencies, if any.
13. Any damage done by the contractor to any existing works or work being executed by
other agencies shall be made good by him at his own cost.
14. The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
jurisdiction of which the work is to be executed and nothing extra shall be paid on
this account.
15. For completing the work in time, the contractor may have to work in two or more
shifts and no claims whatsoever shall be entertained on this account, not with
standing the fact that the contractor will have to pay to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the labour
regulations and the agreement entered upon and/or extra amount for any other
reasons.
16. The contractor will have to make his own arrangement for obtaining electricity
connection from the State Electricity Board and make necessary payment directly to
the department concerned and/or install generators at the site of work, if required
and nothing extra whatsoever will be payable on this account.
17. The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no claim
whatsoever shall be entertained for discrepancies in the drawings.
18. The contractor shall maintain in good condition all work executed till the completion
of entire work entrusted to the contractor under this contract.
19. No payment shall be made to the contractor for damage caused by rain, whatsoever
during the execution of works and any damage to the work on this account shall
have to be made good by the contractor at his own cost.
20. The rates for all items of work, unless clearly specified otherwise, shall include the
cost of all labour, materials, de-watering required, if any, and other inputs involved in
the execution of the items.
21. Unless otherwise provided in the schedule of quantities, the percentage rates
tendered by the contractor shall be all inclusive and shall apply to all heights,
depths, leads and lifts, except for additional height in centring and shuttering over a
height of 3.5m.
22. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants etc, would be entertained under any
circumstances.
23. For the safety of all labour directly or indirectly employed in the work the contractors
shall, in addition to the provision of CPWD safety code and directions of the
Engineer-in-Charge, make all arrangements to provide facility as per the provision
of Indian Standard Specifications (Codes) listed below & nothing extra shall be paid
on this account.
24
24
1.
2.
3.
4.
5.
6.
7.
IS 3696 Part I
IS 3696 Part II
IS 764
IS 4138
IS 7293
IS 7969
IS 4130
24. The contractor shall take all precautions to avoid all accidents by exhibiting necessary
caution boards and by providing red flags, red lights and barriers. The contractor shall be
responsible for any accident at the site of work and consequences thereof.
25. Royalty if any payable and all other incidental expenditure shall have to be paid by the
contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected by him for the
execution of the work, direct to the concerned Revenue Authority of the State or Central
Govt. and the amount paid shall not be reimbursed in any form whatsoever.
26. Other agencies working at site will also simultaneously execute the works entrusted to them
and to facilitate their working, the contractor shall make necessary provisions e.g. holes,
openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks, etc. as may be
required from time to time. The contractor shall extend full co-operation to other agencies for
smooth execution of works by other agencies. The final finishing of the work is to be
executed in co-ordination with other agencies as directed by the Engineer-in-Charge.
27. (i) On account of security considerations, there could be some restrictions on the working
hours, movement of vehicles for transportation of materials and location of labour camp.
The contractor shall be bound to follow all such restrictions and adjust the programme
for execution of work accordingly. Nothing extra shall be paid on this account.
(ii) The contractor shall scrupulously follow all the security regulations of ITBP that would be
in force from time to time, during the period of execution of the work. He shall obtain
necessary entry gate passes for bringing in the materials and work force inside ITBP
office campus for execution of the work and he shall furnish full details of materials
collected at site of work with supporting documentary evidence. He shall be permitted to
take out surplus materials from the site of work, from the ITBP office campus, after
obtaining necessary gate pass, from the Engineer in charge or his authorized
representative.
(ii) The contractor shall not be permitted to construct labour hutments in ITBP estate. He
shall also not be permitted to allow his work men or his authorized representatives, etc.,
to stay in ITBP office campus beyond office hours.
28. Stacking of materials and excavated earth shall be done as per the directions of the
Engineer-in-Charge. Double handling of materials or excavated earth if required shall have
to be done by the contractor at his own cost.
29. In case of construction joints, the cost of applying cement slurry over the concrete surface
before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009 is included in
the relevant items of the schedule of quantities and nothing extra shall be paid on this
account.
30. Unless otherwise specified in the schedule of quantities the rates for all items of work shall
be considered as inclusive of working in or under water and/or liquid mud and/or foul
conditions including pumping or bailing out liquid mud or water accumulated in excavations
during the progress of the work from springs, tidal or river seepage, rain, broken water
mains or drains and seepage from subsoil aquifier.
25
25
31. Water supply pipe lines shall not be embedded in floor. PVC pipe casing of next
bigger diameter shall be provided in full width of wall (including finishing) when GI
pipe line crosses the wall, to protect it from corrosion. The gap between the PVC
and GI pipes shall be sealed at the ends with polysulphide or other suitable sealent.
Nothing extra shall be paid on this account.
32. Stone slabs for risers and treads of staircases and steps, where specified, shall be
of single piece of required width and length. No joint shall be permitted. The holes
of required shape and size shall be drilled in the single piece stone slabs of treads
for fixing balustrades wherever necessary. Pattern of stone slabs for landings of
staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on
this account.
33. Stone slabs used for treads of staircase shall be provided with three machine cut
grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps.
Nothing extra is payable on this account.
34. To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be covered
with a thick layer of plaster of Paris and this layer shall be maintained in good
condition till its removal. The removal of the layer of plaster of Paris and cleaning the
surface shall be done as and when decided by the Engineer-in-Charge. After the
removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to
be made good by the contractor. No extra payment shall be made for protection with
plaster of Paris, removal of plaster of Paris, cleaning and making good the damages.
35. The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.
36. In RCC work, to avoid displacement of reinforcement bars in any direction and to
ensure proper cover, only factory made round / square type cover blocks should be
used.
37. Nothing extra will be paid for centering, shuttering, reinforcement and RCC work for
sloped slabs and beams, unless otherwise specified in the item.
38. Steel bars shall be stored about 30 to 45 cms above ground and where the storage
is for more than 3 months, a coat of cement wash shall be given to the bars. Nothing
extra shall be paid towards cost of application of cement wash.
39. Some restrictions may be imposed by the State Government on quarrying of sand,
stones etc, from certain areas. For timely completion of work the contractor shall
have to bring such materials from other quarries located elsewhere.
40. The contractor shall give five years guarantee in the prescribed proforma for water
proofing items specified in the schedule of quantities. In addition to this 10% of the
executed cost of items shall be retained either in cash /fixed deposit or in the form of
bank guarantee, which shall be released after the expiry of five years from the date
of completion if no defects are found in water proofing or the defects are made good.
This amount shall be adjusted against the expenses incurred on making good the
defects if the contractor commits breach of guarantee.
26
26
41. In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.
42. It is the responsibility of the contractor to obtain necessary no objection certificate,
wherever required for approval of drawings, water supply, sanitary connection,
electricity connection, completion certificate, occupation certificate, clearance from
fire department etc.from Central Govt./ State Govt./ Development Authority /
Municipal Corporation / Zilla Parishad / Local Bodies/ Village Panchayat or any other
organization as applicable.
Nothing extra shall be paid to the contractor for obtaining such sanctions / approval /
clearance from the above bodies. However, necessary requisition and letters
required in this regard shall be given by the Department. The required fees and
other statutory deposits as may be prescribed by the above bodies shall be borne by
the Department.
43. To facilitate gas connection, holes (if required by the Engineer-in-Charge)
including suitable rubber gasket shall be provided in the kitchen platform of RCC
slab/granite/other stone slab etc,. Nothing extra will be paid on the account and
rates quoted for relevant items are inclusive of making such provision.
44. Concrete mixers to be used on the work shall have arrangement for weighing
water and controlling water cement ratio.
45.If the actual weight of reinforcement and structural steel to be used in the work
differs from standard tables the following procedure shall be followed for arriving at
the quantity for payment.
(a) If the actual weight is more than standard weight only standard weight shall be
considered for payment.
(b) If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.
46. The contractor shall arrange to keep the premises neat and clean.
The rubbish/malba and unserviceable materials shall be removed on day to day
basis.
27
27
The Contractor shall submit a Programme Chart (Time and Progress) for each
mile stone alongwith performance guarantee and get it approved from the
Department. The chart shall be prepared in direct relation to the time stated in
the contract documents for completion of the items of the work. It shall indicate
the forecast fo the dates of commencement and completion of various trades of
sections of the work and may be amended as necessary by agreement between
the Engineer-in-charge and the contractor within the limitations of time imposed
in the contract documents, and further to ensure good progress during the
execution of the work. The contractor shall in all cases in which time allowed for
any work exceeds one month (save for special jobs for which a separate program
has been agree upon) complete the work as per milestones given in Schedule
F.
47.2
While preparing the above detailed bar chart, effort shall be made to take all
possible items of work simultaneously.
47.3
47.4
47.5
The bar chart so finalized and accepted by department should be got reviewed
by the department, once in a month regularly. Modified / revised bar chart shall
be prepared in the event of not adhering to the targets mentioned in the earlier
bar chart. The contractor shall augment additional resources, materials and man
power for achieving the targets, so submitted in the revised bar chart.
47.6
In addition to the above bar chart, the contractor shall submit detailed
programme of activities using MS projects software. He shall furnish the
details both in hard copies as well as soft copies. Nothing extra shall be
paid on this account.
48.
28
28
29
29
(i)
(ii)
(iii)No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at
site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the
compliance of all rules / instructions issued by the relevant authorities and as per the
direction of Engineer in- Charge in this regard. Also all precautions and safety
measures shall be taken by the Contractor for safe handling of the P.O.L products stored
at site. All consequences on account of unsafe handling of P.O.L shall be borne by the
Contractor.
55.
QUALITY ASSURANCE
(i) The Contractor shall have to engage well-experienced skilled labour and deploy
modern T&P and other equipment to execute the work. Many items like exposed
finish form work, specialized flooring work, silicon sealant and backer rod fixing in
expansion joints, factory made door shutters, proper slope maintaining in toilet
units, sanitary- water supply installations will specially require engagement of
skilled workers having experience particularly in execution of such items.
(ii)
The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.
30
30
(iii)
(iv)
(v)
(vi)
In addition to the supervision of work by CPWD engineers, the Senior officers of CPWD,
CTE Organization, QCTA team of CPWD and Consultants deployed by the ITBP/CPWD
shall also be carrying out regular and periodic inspection of the ongoing activities in the
work and deficiencies, shortcomings, inferior workmanship pointed out by them shall be
communicated by CPWD engineers to the contractor. Upon receipt of instructions from
Engineer-in-Charge these are also to be made good by necessary improvement,
rectification, replacement upto his complete satisfaction. Special attention shall be paid
towards line and level of internal and external plastering, exposed smooth surface of
RCC members by providing fresh shuttering plates, rubberized linings to all the
shuttering joints, accurate joinery work in wooden doors and windows, thinnest joints in
stone/ tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick masonry, proper compaction of filled up earth
etc. to achieve an Institution of International standards and up keeping of quality
assurance shall be of paramount importance, as such.
The Contractor shall submit, within 20 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all respects, shall
comply with the requirements of the specifications and shall pass all the tests required
as per specifications as applicable or such specifications / standards as directed by the
Engineer-in-Charge. However, keeping the Quality Assurance in mind, the Contractor
shall submit, on request from the Engineer-in- Charge, his own Quality Assurance
procedures for basic materials and such items, to be followed during the execution of the
work, for approval of the Engineer-in-Charge.
All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge which shall be preserved till the completion
of the work. If a particular brand of material is specified in the item of work in Schedule of
Quantity, the same shall be used after getting the same approved from Engineer-InCharge. Wherever brand / quality of material is not specified in the item of work, the
contractor shall submit the samples as per suggested list of brand names given in the
tender document / particular specifications for approval of Engineer-In-Charge. For all
other items, materials and fittings of ISI Marked shall be used with the approval of
Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of repute
conforming to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge.
The Contractor shall procure and provide all the materials from the manufacturers
/ suppliers as per the list attached with the tender documents, as per the item description
and particular specifications for the work. The equivalent brand for any item shall be
permitted to be used in the work, only when the specified make is not available. This is,
however, subject to documentary evidence produced by the contactor for non-availability
of the brand specified and also subject to independent verification by the Engineer-inCharge. In exceptional cases, where such approval is required, the decision of Engineer
in charge as regards equivalent make of the material shall be final and binding on the
Contractor. No claim, whatsoever, of any kind shall be entertained from the Contractor
on this account. Nothing extra shall be payable on this account. Also, the material shall
be procured only after approval of the Engineer in charge.
(vii) All materials whether obtained from Govt. stores or otherwise shall be got checked by
the Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site
before use.
31
31
(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineerin- Charge. The samples shall be taken for carrying out all or any of the
tests stipulated in the particular specifications and as directed by the Engineer-inCharge or his authorized representative.
(ix)
All the registers of tests carried out at Construction Site or in outside laboratories and all
material at site (MAS) registers including cement register shall be maintained by the
contractor which shall be issued to the contractor by Engineer-in-charge. All the entries
in the registers will be made by the designated Engineering Staff of the contractor and
same should be regularly reviewed by JE/AE/AEE/EE. Contractor shall be responsible
for safe custody of all the registers.
58
Any dispute arising out of this bid including dispute related to encashment
of any Bank Guarantee/ FDR etc, shall be subject to the jurisdiction of
courts of Karnataka State only.
Unless otherwise specified, nothing extra, whatsoever shall be paid for executing
the work as per the above SPECIAL CONDITIONS from serial number 1 to 57.
32
32
CEMENT
AND
STEEL
BROUGHT
BY
THE
The contractor shall procure cement as per items of schedule of quantities of the work, from
reputed manufacturers of cement such as ACC, Ultratech, Zuari cement and Dalmia Bharat
cement or from any other reputed cement manufacturer having a production capacity not
less than one million tones per annum as approved by ADG, SSR II. The tenderers may also
submit a list of names of cement manufacturers which they propose to use in the work. The tender
accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the
tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender
accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partially. Supply of cement shall be taken in 50kg bags bearing manufacturers name and ISI
marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge
and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that
the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall
stand rejected and shall be removed from the site by the contractor at his own cost within a weeks
time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should be
brought to site atleast 30 days before they are to be used / consumed in the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by
the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2 months requirement shall be
constructed by the contractor at site of work for which no extra payment shall be made. Double
lock provision shall be made to the door of cement godown. The keys of one lock shall remain with
Engineer-in-Charge or his authorized representative and keys of the other lock shall remain with the
contractor. The contractor shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-inCharge or his authorized representatives.
The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only
after satisfactory test results have been received. The contractor shall supply free of charge the
cement required for testing including its transportation cost to testing laboratories. The frequency
and details of the tests shall be decided by the Engineer-in-Charge depending on the quantum of
supply in each batch. The cost of tests shall be borne by the contractor / Department in the manner
indicated below:
(a) By the contractor, if the results show that the cement does not conform to the relevant BIS
codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
The actual consumption of cement on work shall be regulated and proper accounts be
maintained by the contractor. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid
therein. In case the cement consumption is less than theoretical consumption including permissible
variation, recovery at rate so prescribed shall be made. In case of excess consumption no
adjustment shall be made.
Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.
33
33
Damaged cement shall be removed from the site immediately by the contractor on receipt of a
notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such
notice, the Engineer-in-charge shall get it removed at the cost of the contractor.
The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on
well consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2
and 10 bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in
each line. Actual size / shape of go down shall be as per site requirement and nothing extra shall be
paid on this account. The decision of Engineer-in-charge regarding capacity shall be final.
Cement register for the cement shall be maintained at site. The account of daily receipts and
issues of cement shall be maintained in the register in the proforma prescribed and signed daily by
contractor or his authorized agent.
4.0 STEEL
4.1
The contractor shall procure TMT bars of Fe500 D grade from primary steel
producers such as SAIL, Tata steel Ltd., RINL, Jindal steel & Power Ltd., and JSW
Steel Ltd, or any other producer as approved by CPWD who are using iron ore as the
basic raw material / input and having crude steel capacity of 2.0 Million tones per
annum and above. The TMT bars procured from primary producers shall conform to
manufacturers specifications.
In case of non-availability of steel from primary producers the contractor may be permitted by
the Engineer-in-charge to use TMT reinforcement bars procured from steel producers
having integrated steel plants (ISPS) using iron ore as the basic raw material for
production of crude steel which is further rolled into finished shapes in house having
crude steel capacity of 0.5 million tonne per annum and more In case of non availability
of steel from primary producers as well as ISPS then the Engineer-in-charge may also
permit use of TMT reinforcement bars procured from secondary producers. In such
cases following conditions shall apply.
The grade of the steel shall be Fe 500 D as per IS 1786:2008.The secondary producers must
have valid BIS licence to produce HSD bars conforming to IS 1786: 2008. In addition to BIS
licence, the secondary producer must have valid licence from either of the firms Tempcore,
Thermex, Evcon Turbo & Turbo Quench to produce TMT bars. The TMT bars procured from
secondary producers shall conform to the specifications as laid by Tempcore, Thermex,
Evcon Turbo & Turbo Quench as the case may be.
The specifications of TMT bars procured either from primary producers, ISPS or secondary
producers, shall meet the provisions of IS 1786: 2008 pertaining to Fe500 D grade of steel.
Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions
in this regard in relevant BIS codes. In case the test results indicate that the steel arranged
by the contractor does not conform to the specifications as defined under para 2.1 above,
the same shall stand rejected, and it shall be removed from the site of work by the
contractor at his cost within a weeks time of written orders from the Engineer-in-charge to
do so.
34
34
4.4
The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more
or as decided by the Engineer-in-Charge.
4.5
The steel reinforcement shall be stored by the contractor at site of work in such a way as to
prevent distortion and corrosion, and nothing extra shall be paid on this account. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and
checking.
4.6
For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of
sufficient length shall be cut from each size of the bar at random, and at frequency not less
than that specified below:Size of bar
Under 10mm dia
10 mm to 16mm dia
Over 16 mm dia
4.7
The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor /
Department in the manner indicated below:
a) By the contractor, if the results show that the steel does not conforms to relevant BIS codes.
b) By the Department, if the results show that the steel conforms to relevant BIS codes.
4.8
The actual issue and consumption of steel on work shall be regulated and proper accounts
shall be maintained as provided in clause 10 of the contract. The theoretical consumption of
steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall
be governed by conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations, recovery at the rate so prescribed shall be
made. In case of excess consumption, no adjustment needs to be made.
4.9
The steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.
35
35
Ultrasonic Pulse Velocity test is a non destructive test meant to measure the
physical properties of concrete related to its strength.
Sl. No.
Above 4.5
Excellent
4.5 to 3.5
Good
3.5 to 3.0
Medium
Below 3.0
Doubtful
36
36
5% of the total number of RCC members in each category i.e. beam, column, slab
and footing shall be tested by UPV test method for establishing quality of concrete. The test
shall be conducted on RCC beam near joint with column, on RCC column near joint with
beam, on RCC footings and rafts. On RCC rafts a suitable grid can be worked out for
determining number of tests. In addition doubtful areas such as honeycombed locations,
locations where continuous seepage is observed, construction joints and visible loose
pockets shall also be tested.
The test results are to be examined in view of the above acceptance criteria Good
and Excellent and wherever concrete is found with less than required quality as per
acceptance criteria, repairs to concrete shall be made. Honeycombed areas and loose
pockets shall be repaired by grouting using Portland Cement Mortar / Polymer Modified
Cement Mortar / Epoxy Mortar etc., after chipping loose concrete in appropriate manner. In
areas where concrete is found below acceptance criteria and defects are not apparently
visible on surface, injecting approved grout in appropriate proportion using epoxy grout /
acrylic Polymer modified cements slurry made with shrinkage compensating cement / plain
cement slurry etc., shall be resorted to for repairs with the approval of Engineer-in-charge.
Repair to concrete shall be done till satisfactory results are obtained as per the acceptance
criteria by retesting of the repaired area. If satisfactory results are not obtained dismantling
and relaying of concrete should be done.
The test charges shall be borne by the contractor and the no. of test to be carried
out shall be as decided by the Engineer-in-charge which shall be final and binding on the
contractor.
37
37
For the purpose of payment, the weight of each door, window, ventilator, louvered window,
fixed glazing etc. individually or forming composite unit shall be the actual weight of
extruded aluminium sections, cleat angles and aluminium snap beading excluding the
weight of all fittings & fixtures. If the variation between the actual unit weight and unit
weight specified in the manufacturers catalogue is more than +10%,The materials shall be
rejected as being substandard. The cost of hinges, locking arrangements, gaskets,
stainless steel screws, pins/bolts etc and the wastage of extruded aluminium sections shall
be deemed to be included in the agreement rate and nothing extra whatsoever shall be
payable. Panelling and glazing shall be paid separately.
38
38
39
39
That if GUARANTOR fails to execute the water proofing or commits breach there under then
the GUARANTOR will indemnify the principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and/or damage and/or cost incurred by the government the decision
of the engineer-in-charge will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor.....................
and by .....................and for and on behalf of the PRESIDENT OF INDIA on the day, month
and year first above written.
Signed, sealed and delivered by OBLIGOR in the presence of -1.
2.
Signed for and on behalf of the PRESIDENT OF INDIA by ........................ In the presence of
-1.
2.
40
40
41
41
(hereinafter
called
the
said
Contractor(s))
for
the
to
production of
an
irrevocable
Bank
Guarantee
for
Rs.
(Rupees
42
42
extend time of performance by the said Contractor(s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Government against the said contractor(s)
and to forbear or enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation, or extension being granted to
the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).
7. We, . (indicate the name of the Bank) lastly undertake not to revoke this
guarantee except with the previous consent of the Government in writing.
8. This guarantee shall be valid up to unless extended on demand by the
Government Not withstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. (Rupees ..) and unless a claim in writing is lodged
with us within six months of the date of expiry or the extended date of expiry of this guarantee all
our liabilities under this guarantee shall stand discharged. Dated the ..day of
for.(indicate the name of the Bank)
43
43
Sl.
No.
1
2
3
4
5
Materials
DAMP PROOF MATERIAL
STRUCTURAL STEEL SECTIONS
ADMIXTURE
WHITE CEMENT
WATER PROOFING COMPOUND
6
7
8
BITUMEN
LOCKS / LATCH
LAMINATES
10
ADHESIVE
11
12
13
EPOXY MORTAR
DASH FASTNERS
FLUSH DOOR SHUTTERS (NON
DECORATIVE)
FRP DOOR FRAME
GLASS FRP DOOR SHUTTERS
BOARD & PLYWOOD
14
15
16
17
18
19
20
21
22
23
24
DOOR COORDINATOR
ANODISED ALUMINIUM HARDWARE
(HEAVY DUTY)
TEMPERED GLASS
25
26
27
28
Approved make
IMPERMO, DURASEAL, ACCO-PROOF
TATA, SAIL, RINL
FOSROC, MC, SIKA, BASF
J.K. WHITE, BIRLA WHITE
TAPCRETE, CICO, ACCOPROOF,
IMPERMO, FOSROC
INDIAN OIL, HINDUSTAN PETROLEUM
GODREJ, HARRISON, LINK
FORMICA, DECOLAM, MERINO,
ROYAL TOUCHE
NOVOPAN, KITIAM, ARCHID PLY,
CENTURY
PIDILITE, DUNLOP, VAMORGANIC,
SIKA, FOSROC
FOSROC, SIKA, BASF
HILTI, FISHER, CANON, BOSCH
KITPLY, CENTURY, GREENPLY,
ARCHID PLY
POLYLINE, DUROPLAST, CACTUS
POLYLINE, DUROPLAST, CACTUS
DURO, KITPLY, CENTURY, ARCHID
PLY, GREENPLY
HARDWYN, GODREJ, DORMA
CONNECT ARCHITECTURAL
PRODUCTS PVT. LTD., JINDAL
STAINLESS STEEL LTD., ICICH
INDUSTRIES, ESSAL
MPP SCHODDERS, SHAKTI
IMPORTED PROMAT / ASTRO FLAME
INGERSOLL RAND / DORMA
INGERSOLL RAND / MONARCH /
DORMA
UL LISTED / MONARCH
HARDIMA,EVERITE,SIGMA (ISI
MARKED)
MODI FLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL
NEROLAC, BERGER, J&N
JINDAL, HINDALCO, INDALCO
EARL-BIHARI
44
44
29
30
31
32
33
34
35
36
TILE ADHESIVE
37
38
39
CC PAVERS
40
41
42
43
44
45
46
47
48
49
50
GRASS PAVER
WATER PROOF CEMENT PAINT
SYNTHETIC ENAMEL PAINT
ACRYLIC EMULSION PAINT
VITREOUS CHINA SANITARYWARE
FIRECLAY SINK & DRAIN BOARDS
STAINLESS STEEL SINKS
C. P. BRASS FITTINGS
LA (CI) PIPES
G. I. PIPES
G. I. FITTINGS (MALLEABLE CAST
IRON)
GUNMETAL VALVES
STONEWARE PIPE & GULLY TRAPS
R.C.C. PIPES (NP-2)
MS PIPES
C.I.DOUBLE FLANGED SLUICE
VALVES
UPVC PIPE
COPPER TUBES / PIPES
COPPER FITTINGS
BALL VALVES
UNGLAZED VITRIFIED TILES
51
52
53
54
55
56
57
58
59
60
61
63
64
65
INJECTION GROUTING
NION METALIC SURFACE HARDNER
SOIL, WASTE & VENT PIPES &
FITTINGS (A) CENTRIFUGAL CAST
IRON
BUTTERFLY VALVES
45
45
66
67
68
69
CPVC pipes
RMC
Glass panes, float glass, mirror
Plastic WC seat cover
70
71
72
73
FLOWGUARD, ASHIRVAD
ULTRATECH, LAFARGE, ACC
Saint Gobain, Atul, Modiguard
Commander, Admiral, Sea bird, Hindware
(solid heavy duty)
Sintex, SPL, Amitex, Lotus
Link, Prima,leader
Anand, perfect, perry
KK manhole, pragati, Nitco
NOTE: Equivalent material and finishes of any other specialized firms may be used , in
case it is established that the brands specified above are not available in the market but
only after approval of the alternate brand by the Engineer-in-charge.
46
46
The RCC work shall be done with RMC or Design Mix Concrete, unless otherwise specified
in the nomenclature of items, wherever letter M has been indicated , the same shall imply
for the Design Mix Concrete. The Ready Mix Concrete shall be as per IS : 4926 and as per
CPWD Specification and guide lines. For the nominal mix in RCC, CPWD specification
shall be followed. The Design Mix Concrete will be designed based on the principles given
in IS : 456, 10262 and SP 23. The contractor shall carry out design mixes for each class of
concrete indicating that the concrete ingredients and proportions will result in concrete mix
meeting requirements specified. The cement shall be actually weighed as presumption of
each bag having 50 kg shall not be allowed. In case of use of admixture, the mix shall be
designed with these ingredients as well. The specification mentioned herein below shall be
followed for Design Mix Concrete.
INGREDIENTS
i)
i)
ii)
iii)
The contractor shall not be paid anything extra for admixture required for achieving
desired workability without any change in specified water cement ratio for RCC / CC work.
(i) M-25
various
grades
of
Compressive
strength on
15cm cubes min
7 days ( N/mm2)
Specified
characteristic
compressive
strength at 28
days (N/mm2)
Minimum
cement
content*
(kg per
cum)
Maximum
water cement
ratio
As per Design
25
As
per IS
456
As
per IS
456
The Concrete mix will be designed for minimum workability as specified in para 7 of IS4562000
47
47
Slump (mm)
(1)
Lightly reinforced sections in slabs,
beams, walls, columns
(2)
Low
(3)
25-75
Medium
50-100
Pumped concrete
Medium
75-100
Placing Conditions
In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm Cube at 28 days expressed in N/mm2
The concrete design mix with or without admixture will be got cementious material carried
out by the contractor by any reputed NABL accredited laboratory as per direction of
Engineer-In-Charge.
10
For such approval various ingredients for mix design as submitted by contractor shall be
sent to the lab / test houses through the Engineer-In-Charge of the project and got it tested
in approved laboratories as may be decided by the Engineer-in-charge. Sample of
aggregate sent shall be preserved at site by the department for each different set of Coarse
aggregates & Fine aggregates , fresh design shall be done and got approved by the
Department. The admixture if used by contractor shall be at his own cost without any extra
payment.
11
* Note : For RMC OPC shall be used in combination with GGBS as per nomenclature of
item. Incase of Portland Pozzolona Cement the cement content shall be including fly ash
content added during production of PPC at the cement plant/factory.
12
13
(iii)
14
The degree of quality control for this work is good for which the standard deviation
(s) obtained for different grades of concrete shall be as per IS relevant IS Standards/
Codes.
Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only to
indicate the strength to be attained at 28 days.
All cost of mix designing and testing connected therewith including charges payable
to the laboratory shall be borne by the contractor.
48
48
15
(i)
(i)
(ii)
(iii)
Batching equipment
Mixers
Control panels
Mechanical material feeding and elevating arrangements
The Contractor shall arrange for inspection of automatic batching plant within
seven days of issue of letter of award to facilitate inspection and approval of
same by Engineer-In-Charge. Nothing extra will be paid for this.
The compartments of storage bins for aggregates shall be approximately of equal size.
The cement compartment shall be centrally located in the batching plant. It shall be
watertight and provided with necessary air vent, aeration fittings for proper flow of
cement & emergency cement cut off gate. The aggregate and sand shall be charged by
power operated centrally revolving chute. The entire plant from mixer floor upward shall
be enclosed and insulated. The batch bins shall be constructed so as to by selfcleansing during drawdown. The batch bins shall in general conform to the requirements
of IS :4925.
The batching equipment shall be capable of determining and controlling the prescribed
amounts of various constituent materials for concrete accurately i.e. water, cement,
sand, individual size of coarse aggregates etc. The accuracy of the measuring devices
shall fall within the following limits.
Measurement of Cement
Measurement of Water
Measurement of Aggregate
Measurement of Admixture
49
49
16
Mixing Concrete
The mixer in the batching plant shall be so arranged that mixing action in the mixers
can be observed from the operators station. The mixer shall be equipped with a
mechanically or electrically operated timing, signaling and metering device which will
indicate and assure completion of the required mixing period. The mixer shall
have all other components as specified in IS : 4925.
17
(i)
(ii)
(iii)
18
The contractor shall make the cubes of trial mixes as per approved Mix design at site
laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days
and 28 days. Test cubes shall be taken from trial mixes as follows.
For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved , the evaluation of test results will
be done as per IS : 456-2000.
50
50
19
20
ii)
In order to keep the floor finish as per direction of Engineer-in-charge and as
per Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the time
of its centering, shuttering and casting for which nothing extra shall be paid to the
contractor
51
51
FIELD EQUIPMENT
1.
Balances
(i)
7kg. To 10 kg. capacity, semi-self indicating type accuracy 10 gm.
(ii)
500 gm. capacity, semi-self indicating type accuracy 1 gm.
(iii)
Pan balance 5 kg. capacity accuracy 10 gms.
2.
3.
4.
Sieve shaker capable of 200 mm and 450mm dia sieves, manually operated
with timing switch assembly.
5.
Equipment for slump test-Slump cone, steel plate, tamping rod, steel scale,
scoop.
6.
7.
8.
9.
10.
(Continued)
52
52
(b)
1.
Steel tapes 3m
2.
Vernier calipers
3.
4.
5.
Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical.
6.
7.
Foot rule
8.
9.
Dynamic penetrometer
10.
Magnifying glass
11.
12.
13.
14.
53
53
Sl.
Activity
No
1
Earth work
Concrete work
Building work
Name of equipment
Number
1 no
1 no
1 no
c) Drilling machine
d) Welding machine
e) Cube testing machine
f) Steel shuttering
g) Steel scaffolding
1 no
1 no
1 no
2000 sqm
2000sqm
1 no
2 nos
2 nos
1 no
1 no
1 no
Transportation
2 nos
Dewatering
1 no
Power
Generators
1 no
Pneumatic
equipment
Air compressor
1 no
54
54
PARTICULAR SPECIFICATIONS
1.0
1.1
The earth work shall be classified under the following categories and
measured separately for each category.
(a) All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud,
black cotton moorum, shingle, river or nallah bed boulders, siding of roads, paths
etc. and hard core, macadam surface of any description(water bound, grouted
tarmac etc.), lime concrete, mud concrete and their mixtures which for
excavation yields to application of picks, showels, jumper, scarifiers, ripper and
other manual digging implements.
(b) Ordinary rock: Generally any rock which can be excavated by splitting with crow
bars or picks and does not require blasting, wedging or similar means for
excavation such as lime stone, sand stone, hard laterite, hard conglomerate and
unreinforced cement concrete below ground level.If required light blasting may
be resorted to for loosening the materials but this will not in any way entitle the
material to be classified as Hard rock.
(c) Hard rock: Generally any rock or boulder for the excavation of which blasting is
required such as quartzite, granite, basalt, reinforced cement concrete
(reinforcement to be cut through but not separated from concrete) below ground
level and the like.
2.0
STAINLESS STEEL HAND RAIL
i) Providing, fabricating and fixing in position welded built up section using stainless
steel section/pipes and connecting plates, of Grade S.S 304 (SS 316 Grade shall be
used for exterior applications) and of required diameter & thickness as per the
approval of Engineer-in-charge, Drawings and details, at the junctions of doors, on
walls, other locations as directed etc. including cutting, welding, grinding, bending to
required profile and shape, finish, hoisting, buffing and polishing, cutting chase /
embedding in RCC / Masonry, fixing using stainless steel screws, nuts, bolts and
washers or stainless steel fasteners as required to make it rigidly fixed & stable and
making good the plaster/ flooring etc. all complete, at all floors and all levels as
directed by the Engineer-in Charge. Prototype samples to be approved by
Engineer-in-charge before mass fabrication.
ii)
Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work
and all incidental charges to execute this item. However, for the purpose of
payment only the actual weight of the stainless pipes and stainless steel plates
provided and fixed shall be measured in kg.
55
55
3.0
4.0
Reinforcement
The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and
size. Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be cast well in advance with approved proprietary
pre-packed free flowing mortars (Conbextra as manufactured by M/s Fosroc
Chemicals India Ltd., or equivalent as approved by the Engineer-in-charge at his
discretion) of M-30 grade and of same colour as surrounding concrete, Pre-cast
cement mortar / blocks of polymer shall not be used as spacer blocks unless
specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost
of such cover blocks.
In case of confined masonry with brick work, the reinforcement of vertical tiles
horizontal ties, bands needs to be fixed with already constructed brick work by the
help of re bars, stirrups, bends, hooks, confining bars, covers positioning, etc., which
shall consume additional time and resources than the normal columns, beams in
reinforced concrete structure or load bearing structure. The contractor while quoting
rates for reinforcement shall account for such extra efforts, delay with respected to
traditional RCC structure of load bearing structure and take into consideration the
required trend of construction of confined masonry as nothing extra on account of
the procedural difference, difficulties and delay shall be paid for.
56
56
The building is registered for obtaining GRIHA Rating from GRIHA Secretariat to
obtain minimum 3 star rating. The contractor is required to execute the work in a
befitting manner to obtain the targeted GRIHA rating.
Special conditions for GRIHA rating:1.1
1.2
1.3
1.4
1.5
1.6
1.7
The contractor shall prepare scheme for the approval of Engineer in-charge for
obtaining GRIHA rating in the criteria relevant to the execution of work as per advice
of Green Building Consultant of main Consultant.
The contractor shall plan and execute the work in a manner to preserve and protect
the landscape during construction and shall arrange the materials/equipment and
follow the procedure as per criterion 2 of the GRIHA rating as applicable.
All the mandatory criteria of GRIHA and additional conditions for Green
Building practices are to be necessarily followed for entire academic parcel.
The contractor shall comply with NBC norms on construction safety, health
and sanitation as per criterion 8 of the GRIHA rating system.
The construction activity shall be done in a befitting manner and the contractor shall
adopt measures to prevent air pollution at site in compliance with criterion 9 of
GRIHA rating as applicable.
The contractor shall comply with all the instructions and schemes for execution
of Green building.
Nothing shall be paid extra for fulfilling of all the above conditions except for the
items existing in the schedule of quantities. For such items work done shall be paid
on the basis of the agreement rates.
(i)
(ii)
(iii)
Dust produced from the vehicular movement and other site activities is to be
mitigated by sprinkling of water.
(iv)
Noise limits for construction equipments shall not exceed 75 dB(A), measured
at one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9th
May,1993. The maximum noise levels near the construction site should be
limited to 65 dB (A) Leq (5 min) in project area.
57
57
2.
(ii)
(iii)
1.09
All vehicles delivering construction materials to the site shall be covered to avoid
spillage of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub
contractor or materials suppliers shall be cleaned and washed clear of all
dust/mud before leaving the project premises. This shall be done by routing the
vehicles through tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e.
morning and evening) for dust suppression of the construction sites and
unpaved roads used by his construction vehicles.
1.10 Water Pollution
(i)
(ii)
Contractor shall ensure that all vehicles, equipment and machinery used for
construction are regularly maintained and confirm that emission levels comply
with environmental emission standards/norms.
(i) For controlling the noise from Vehicles, Plants and Equipments, the
Contractor shall confirm the following:
(iii) All vehicles and equipment used in construction will be fitted with exhaust
silencers.
(iv) Servicing of all construction vehicles and machinery will be done regularly and
during routine servicing operations, the effectiveness of exhaust silencers will
be checked and if found defective will be replaced.
(v)
Noise emission from compactors (rollers) front loaders, concrete mixers,
cranes (movable), vibrators and saws should be less than 75 dB(A).
58
58
Protective footwear / helmet and gloves to all workers employed for the
work on mixing, cement, lime mortars, concrete etc. and openings in
water pipeline/sewer line.
(ii)
(iii)
(iv) All the workers should be wearing helmet and shoes all the time on site.
(v)
(vi) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
(vii) Full time workers ( if any with the approval of Engineer-in-Charge) residing on
site should be provided with clean and adequate temporary hutment.
(viii) First aid facility should also be provided.
(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and
hand-lift boxes should be used to transport materials onsite.
(x)
(xi) All dangerous parts of machinery are well guarded and all precautions for
working on machinery are taken.
(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting
tackles in good condition. Provide safety net of adequate strength to arrest
falling material down below.
59
59
(xiii) Use of durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
(xiv) Ensure that walking surfaces or boards at height are of sound construction and
are provided with safety rails and belts. Provide protective equipments such as
helmets.
(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be
provided in fire-prone area and elsewhere.
(xvi) Provide sufficient and suitable light for working during night.
(xvii) Ensure that measures to protect workers from materials of construction,
transportation, storage and other dangers and health hazards are taken
(xviii) Ensure that the construction firm/division/company have sound safety policies.
(xix) Comply with the safety procedure, norms and guidelines (as applicable) as
outlined in NBC 2005 (BIS 2005c).
(xx) Adopt additional best practices and prescribed norms as in NBC 2005
(BIS2005).
1.13 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads
(if these are unpaved) by increasing the surface strength by improving particle size,
shape and mineral type that make up the surface base. Add surface gravel to reduce
source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 20%. Limit vehicular speed on site 10km/h. Nothing extra will be payable for this.
1.14 All material storages should be adequately covered and contained so that they are
not exposed to situations where winds on site could lead to dust/particulate
emissions.
1.15 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material
does not become a source of fugitive dust and also to prevent of seepage of
pollutant laden water into the ground aquifers. When cleaning up the spill, ensure
that the clean up process does not generate additional dust. Similarly, spilled
concrete slurries or liquid wastes should be contained/cleaned up immediately before
they can infiltrate into the soil/ground or runoff in nearby areas.
1.16 Ensure that water spraying is carried out by wetting the surface by spraying water
on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.
1.17 The contractor shall ensure the following:
(i) Cover and enclose the site by providing dust screen, sheeting or netting to
scaffold along the perimeter of a building.
60
60
(ii)
(iii)
61
61
the spill. Measures to contain the spill and measures to dispose the
contaminated material and hazardous wastes. It should also state the designation
of personnel trained to prevent and control spills. Hazardous wastes include
pesticides, paints, cleaners and petroleum products.
1.25 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to
construction and should be applied effectively.
1.26 The contractor shall prepare and submit Spill prevention and control plans before
the start of construction, clearly stating measures to stop the source of the spill, to
contain the spill, to dispose the contaminated material and hazardous wastes,
and stating designation of personnel trained to prevent and control spills.
Hazardous wastes include pesticides, paints, cleaners, and petroleum products.
1.27 The contractor shall ensure that no construction leaches (Ex: cement slurry) is
allowed to percolate into the ground. Adequate precautions are to be taken to
safeguard against this including reduction of wasteful curing processes, collection,
basic filtering and reuse. The contractor shall follow requisite measures for collecting
drainage water run-off from construction areas and material storage sites and
diverting water flow away from such polluted areas. Temporary drainage channels,
perimeter dike/swale, etc. shall be constructed to carry the pollutant laden water
directly to the treatment device or facility (municipal sewer line).
1.28 All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed otherwise.
1.29 All paints, adhesives and sealants should comply with the VOC limits prescribed by
GRIHA, as follows:
``
VOC Limit (g/l)
`
Adhesives
Non-flat paints
150
Wood flooring
Adhesive
100
50
Tile Adhesive
65
Anti-corrosive/antirust paints
Varnish
250
Indoor Carpet
Adhesive
Wood
50
Lacquer
550
Stains
Water proofing
sealer
250
250
350
30
62
62
1.30 All the building materials and systems used on site must be as per the specifications
and approved makes by the Engineer-In-Charge.
1.31 All required certificates explaining the properties of the building material/system
needs to be obtained from the manufacturer/vendor as required by the green
building rating authority. The final certificates would be produced after the approval
of green building consultant with necessary due diligence. The purchase orders of
all the materials made with the manufacturers / authorized vendors should be
maintained and shall be provided for the process with due diligence upon request.
1.32 Water saving measures as suggested by the consultants need to be followed on site.
1.33 The contractor / subcontractor shall prepare and submit a Site
Management Plan (SMP) within 10 days of start, for approval by the Engineer
in-charge. This SMP shall indicate the locations of godown, stockpiles,
barricading, waste storage, offices, vehicular movement routes etc. In short
this SMP would comprehensively represent how the site activities shall be
managed conforming to GRIHA guidelines. Contractor will be penalized @ Rs.
2000/- per day of delay on non-submission of SMP beyond due date to be
recovered from next RA bill.
1.34 Any other site management measures suggested by the Engineer-in-charge / green
building consultant shall be followed on site.
1.35 The contractor shall submit to the Engineer in-Charge after construction
of the buildings, a detailed as built quantification of the following within 10
days of recording of completion. Contractor will be penalized @ Rs. 500 per
day of delay in submission of detailed as built quantification.
(iv)
(ii)
(iii)
(iv)
(v)
(vi)
1.36 Evidence for the implementation of the all the above required measures shall
be provided to the Engineer-in-Charge in the form of photographs and templates as
required which is required for the submission to the green building rating authority
(GRIHA).
1.37 Nothing extra shall be payable for above provisions unless otherwise specified
in Schedule of Quantity
63
63
Sub : NIT No. 11/CE/BCD III/2015-2016 for the work Construction of 1no 120 Men
Barrack for Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli,
Sidlaghatta Taluk, Chikkaballapur district, Karnataka.
SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire extinguishers & miscellaneous.
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall from part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf
of the CPWD.
Yours faithfully
* to be filled by EE,
Executive Engineer
Bangalore Central Division III
CPWD, Bangalore
64
64
65
65
66
66
2)
The Principal / Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles :
(a)
(b)
The Principal / Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal / Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through which the
Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.
(c)
The Principal / Owner shall endeavour to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.
If the Principal / Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal Code (IPC) / Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or
if there be a substantive suspicion in this regard, the Principal / Owner will inform the
Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.
67
67
2)
The Bidder(s) / Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal / Owners employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.
b)
The Bidder(s) / Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c)
The Bidder(s) / Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s) / Contractor(s) will not use improperly, (for
the purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal / Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
d)
The Bidder(s) / Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly Bidder(s) /
Contractor(s) of Indian Nationality shall disclose names and addresses of
foreign agents/representatives, if any. Either the Indian agent on behalf of the
foreign principal or the foreign principal directly could bid in a tender but not
both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another
manufacturer along with the first manufacturer in a subsequent / parallel
tender for the same item.
e)
The Bidder(s) / Contractor(s) will, when presenting his bid, disclose (with each
tender as per proforma enclosed) any and all payments he has made, is
committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
68
68
3)
The Bidder(s) / Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
4)
The Bidder(s) / Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake / forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and / or to
influence the procurement process to the detriment of the Government
interests.
5)
The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his / her
reputation or property to influence their participation in the tendering process).
Without prejudice to any rights that may be available to the Principal / Owner under law or
the Contract or its established policies and laid down procedures, the Principal / Owner
shall have the following rights in case of breach of this Integrity Pact by the Bidder(s) /
Contractor(s) and the Bidder / Contractor accepts and undertakes to respect and uphold
the Principal / Owners absolute right:
1)
69
69
2)
3)
The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central / State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
2)
If the Bidder makes incorrect statement on this subject, he can be disqualified from
the Tender process or action can be taken for banning of business dealings / holiday
listing of the Bidder / Contractor as deemed fit by the Principal / Owner.
3)
If the Bidder / Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal / Owner may, at its own discretion, revoke the exclusion prematurely.
2)
The Principal / Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
70
70
3)
The Principal / Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal / Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.
This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal / Owner, who has floated the Tender.
2)
Changes and supplements need to be made in writing. Side agreements have not
been made.
3)
If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners
and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by board resolution.
4)
Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement
to their original intensions.
5)
It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner / Principal in accordance with this Integrity Agreement / Pact or
interpretation thereof shall not be subject to arbitration.
71
71
.
(Signature, name and address)
2.
.
(Signature, name and address)
Place :
Dated :
72
72
PROFORMA OF SCHEDULES
ELECTRICAL COMPONENT
(Separate Performa for Civil, & Elect. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE A
Schedule of quantities : As per schedule attached
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sl.
No.
Description of item
Quantity
3
---nil---
Place of
issue
SCHEDULE C'
Tools and plants to be hired to the contractor
Sl. No.
Description
Hire charges per
day
1
2
3
----nil--SCHEDULE D'
Place of issue
4
Extra schedule for specific requirements / documents for the work, if any.
Additional Conditions as attached to this NIT
SCHEDULE E'
Reference to General Conditions of contract.
Name of work: Construction of 1no 120 Men Barrack for Sector Head Quarter
(SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur district,
Karnataka.SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor and
fire extinguishers & miscellaneous.
Estimated cost of work:
Rs. 4,16,09,330 /-
(Civil:Rs.3,86,50,391/-+Electrical: Rs 29,58,939/- )
5% of tendered value
73
73
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS:
Officer inviting tender
Executive Engineer
Bangalore Central Division III
CPWD .Bangalore
Definitions:
2(v)
Engineer-in-Charge....
Executive Engineer
Bangalore Central Electrical Division I
CPWD, Bangalore
Chief Engineer
South Zone 3
CPWD, Bangalore
15%
2 (xii) Department
Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance
(ii) Maximum allowable extension with late
fee @0.1% per day of performance
Guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under clause 2
7(seven) days
Superintending Engineer
Bangalore Central Circle
CPWD .Bangalore
Clause 2A
Whether Clause 2A shall be applicable AS PER MAJOR COMPONENT.
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start
74
74
Time allowed in
days/months (from
date of start)
9 months
2
3
11 months
12 months
Amount to be with-held in
case of non achievement of
each of the mile stone (% of
tendered amount of
electrical component)
1.00%
of
amount
1.50 % of
amount
1.50 %
Amount
of
tendered
tendered
Tendered
(iv)
(iii)
75
75
Clause 6,6A
Clause applicable - (6 or 6A)
6A
Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment
Rs. 2 lakhs
Clause 7A
Whether Clause 7A shall be applicable
Yes
Clause 10A
List of testing equipment to be provided by the contractor at site lab :
Not Applicable
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable
Clause 10C
Component of labour expressed as percent of value of work: 20%
Clause 10CA
Not Applicable
Clause 12
Type of work:-
12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3
shall apply for building work
12.5
(i) Deviation Limit beyond which clauses 12.2 & 12.3
shall apply for foundation work
Clause 16
Competent Authority for deciding
Reduced rates
30%
100%.
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1. ...............................
2. ............................... 3. ...............................
76
76
Clause 36(i)
Minimum
Qualification of
Technical
Representative
Graduate
Engineer
Or
Discipline
E&M
Designation
(Principal
Technical/
Technical
Representative)
Project
Manager cum
planning /
quality / site
/billing Engineer
Minimum
Experience
Number
2 years
Diploma
5 years
Engineer
Assistant Engineer retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree .
77
77
The work shall be generally carried out in accordance with bid specifications and the
following specifications / rules.
CPWD General Specifications for Electrical work Part I Internal - 2013, as amended
upto date
b.
CPWD General Specifications for Electrical work Part II External, as amended upto
date
c.
d.
e.
1.2.
Order of Preference:
Should there be any difference or discrepancy between the description of items as
given in the Schedule of Quantities, technical specifications for individual items of
work (including additional and commercial conditions) and IS Codes etc., the
following order of preference shall be followed:
a.
Schedule of quantities
b.
c.
d.
Drawings
e.
f.
1.3.
1.4.
The tenderer should in his own interest visit the site and get familiarize with the
site conditions before tendering.
1.5.
No T &P shall be issued by the Department and nothing extra shall be paid on
account of this.
2. COMMERCIAL CONDITIONS
2.1.
2.2.
78
78
2.3.
In case the same item appears more than once in the schedule of work under the
same sub head or among the different subhead of works, the lowest rate
quoted for that item elsewhere shall be considered for other items also during
evaluation of tender.
3. GUARANTEE
3.1.
3.2.
a.
b.
Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
c.
a.
b.
Details of foundations for the equipments and the weights of assembled equipments.
c.
79
79
7.
8. EXTENT OF WORK
8.1.
The work shall comprise of entire labour including supervision and all
materials necessary to make a complete installation and such tests and
adjustments
and commissioning, as may be required by the department. The
term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation
with all layout charts whether or not those have been mentioned in details in
the tender document in connection with this contract as this is a turnkey job.
8.2.
The cables and other items shall be brought at site only after taking correct
measurements as per actual requirement of work. Excess quantities shall not be
accepted and paid. i.e., Quantity of item brought to site and used in work as per
actual requirement shall only be measured and paid irrespective of quantities of
BOQ / work schedule.
8.3.
a.
b.
c.
Testing of PTs/CTs for metering & protection purpose & relay calibration & setting.
d.
Getting inspection done & obtaining approval from Central Electrical Authority and
local fire authority for energizing the installation. However, necessary fees for inspection
shall be borne by the Department.
9.
9.1.
All major equipment shall be offered for initial inspection at manufacturers works. The
contractor will intimate the date of testing of equipment at the manufacturer's works
before dispatch. The successful tenderer shall give advance notice of minimum two
weeks regarding the dates proposed for such tests to the department's
representative to facilitate his presence during testing.
9.2.
The Engineer-in-charge or his representative may witness such testing. The cost of
the departmental engineers visit to the factory will be borne by the Department.
Equipments will be inspected at the manufacturer / authorized dealers premises,
before dispatch to the site by the contractor if so desired by the Engineer-in-charge.
Engineer-in-charge at his discretion may waive of inspection at factory /at the
manufacturer's works before dispatch.
9.3.
Copies of all documents of routine and type test certificates of the equipment, carried
out at the manufacturers premises shall be furnished to the Engineer-in-charge and
consignee.
9.4.
After completion of the work in all respects the contractor shall offer the installation for
testing and operation.
80
80
10.
10.1.
All works shall be carried out in accordance with relevant regulation, both
statutory and those specified by the Indian Standards related to the works covered by
this specification. In particular, the equipment and installation will comply with the
following:
a.
Factories Act.
b.
c.
d.
e.
Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
10.2.
After completion of the installation, the same shall be offered for inspection by the
representatives of the Central Electricity Authority and local fire authority, as may be
required. The contractor will extend all help including test facilities to the
representatives of CEA / Local fire authority. The observations of CEA / Local fire
authority will be attended by the contractor. The installation will be commissioned
only after getting clearance from CEA / Local fire authority. Contractor should get
inspection done & obtain approval from Central electrical Authority and local fire
authority, as may be required.
10.3.
11.
INDEMNITY:
The successful tenderer shall at all times indemnify the department, consequent on
this works contract. The successful tenderer shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause and the
contractor shall be responsible for any accident or damage incurred or claims arising
there from during the period of erection, construction and putting into operation the
equipments and ancillary equipment under the supervision of the successful tenderer
in so far as the latter is responsible. The successful tenderer shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No
extra payment would be made to the successful tenderer on account of the above.
12.
13.
TRAINING:
The scope of works includes the on job technical training of two persons of
Department / Client at site. Nothing extra shall be payable on this account.
14.
MAINTENANCE:
14.1.
Sufficient trained and experienced staff shall be made available to meet any
exigency of work during the guarantee period of one year from the handing over of
the installation.
14.2.
The maintenance, routine as well as preventive, for one year from the date of taking
over the installation as per manufacturers recommendation.
81
81
15.
15.1.
The agency shall submit drawings and details such as makes and models of
the equipment / materials offered by him along with specifications for all E&M
components to the Engineer-in-charge of the work, before ordering the equipment /
materials for approval of the department.
15.2.
The Engineer-in-charge shall scrutinize the proposal and approve the makes and
models which are acceptable as per the schedule, specifications, conditions of the
agreement and inform the agency for procurement. The approving authority shall be
technical sanctioning authority of E&M component.
15.3.
15.4.
Adequate care that only tested and genuine materials of proper quality are used in
work shall be ensured by firm.
16.
Material will be ordered & delivered at site only with the prior written approval of the
department to ensure timely delivery.
b.
As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles,
other main items etc, its copy shall be endorsed to the Engineer-in-charge of work.
c.
The contractor will submit makes & brands of electrical fittings wires & cables,
conduits and switchgears, rising mains, poles , outdoor fittings etc. of preferred make list
as per tender documents for approval of Engineer-In-Charge, whose decision will be
final in the matter.
d.
The firm will be required to procure material directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved makes
only. Proof in this regard shall be submitted by the contractor if required by the
department.
e.
f.
Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.
17.
Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed
on the work by the tenderer. Failure to provide such safety requirement would make the
tenderer liable for penalty of Rs.1000/- for each default. In addition, the department will be
at liberty to make arrangement for the safety requirements at the cost of tenderer and
recover the cost thereof from him.
Executive Engineer
82
82
b.
c.
T-5, CFL fittings, Ceiling fans, Exhaust fans are to be guaranteed for 1(one) Year
including lamps.
d.
LED fittings, as a whole including driver are guaranteed for 5 years. All the LED
fittings are to be suitably engraved/ stickered inside with for date of handing over.
e.
The guaranty for LED fittings is to be got submitted from the manufacturer
also in addition to the guarantee from the contractor. The manufacturer
should give undertaking that in case of discontinuation of model and non-availability
of spares, they will replace the fittings with equivalent/ high end model in case of
manufacturing defect during the warranty period of 5 years in Annexure X.
83
83
11. The make of switch boxes shall be the same as that of switches. Only the required
knockouts of the switch boxes are to be removed for terminating the conduit pipes
with PVC glands / check nuts.
12. Make of MCB/MCCB shall be the same as the make of MCB DB.
13. All the switch boxes, MCBDBs are to be covered with plastic sheet / petroleum gelly
when installed in brick work till the plastering / painting is done to avoid sticking of
cement plaster/ splashes of the paint. Cement plaster / paint are to be cleaned
immediately after plaster to avoid rusting of switch boxes and MCB DBs. The plastic
sheet is to be removed at the time of handing over.
14. Modular type 5A/15A socket outlets shall be of 3 modules only
15. The Contractor shall furnish documentary proof like delivery challans of purchasing
Wires, Modular switches & accessories, MCBs, MCBDB, Fittings, accessories
and other items from the manufacturers or their authorized dealers to the satisfaction
of the Engineer-in-charge.
16. All PVC conduits accessories shall be of the same make as conduits. The conduits
shall be terminated at switch boxes/metallic junction boxes with suitable PVC glands /
check nuts.
17. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch
works shall be neatly carried out to match the original finish and to the entire
satisfaction of the Engineer in Charge.
18. All the sub main and circuit wiring includes loose wire for connections inside switch
boxes and MCBDBs. No payment for these loose wires shall be made. However
wires within the cubicle panel will be measured and paid under relevant item of work.
19. All the circuits / sub-main wiring are to b e suitably numbered with stickers / marker
pen at LT panel, MCBDBs, switch boards (on backside of cover plate) for ease
of maintenance. Nothing shall be paid extra on this account.
20. The connection between incoming switch / isolator and bus bar shall be made with
suitable size of thimble and cable at no extra cost.
21. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be
stranded and terminals provided with crimped lugs.
22. All MS junction box cover should be of phenolic laminated / good quality plastic
sheet of thickness not less than 3mm and for which nothing extra shall be paid on the
account.
23. All hardware items such as screws, thimbles, GI wire etc. which are essentially
required for completing an item as per specifications will be deemed to be included in
the item even when the same have not been specifically mentioned.
24. All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work
shall be zinc/ cadmium plated iron.
25. Any conduit which is not be wired by the contractor shall be provided with GI fish wire
for wiring by some other agency subsequently. Nothing extra shall be paid for the
same.
84
84
26. While laying conduit, suitable size junction boxes shall be provided for pulling the
wire as per the decision of the E-in-C.
27. Materials to be used in work are to be ISI marked. The make of the materials
have been indicated in the list of acceptable makes. No other makes will be
acceptable. The materials to be used in the work shall be got approved by the
Engineer in Charge / his representative before its use at site. The E-in-C shall
reserve the right to instruct the contractor to remove the material which, in his opinion,
is not acceptable.
28. Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be
provided, the same shall be of only one make.
29. Wherever light fittings are proposed to be provided on the false ceiling, the respective
light / fan point wiring will have to be brought upto the terminal of the light fittings / fans
by the contractor. Flexible metal conduits shall be used for drawing wires from
PVC conduits on ceiling to fittings on false ceiling and nothing extra shall be paid
to the contractor for the same. The height from false ceiling to ceiling is about 1.2
metres.
30. The work should be carried out in ITBP Campus at Jangamakote Hobli,
Chikkaballapura, Karnataka.
31. INSURANCE AND STORAGE:
All consignments are to be duly insured up to the destination from warehouse at the
cost of the contractor. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.
32. LED Luminaire Specifications.
S.No
Criteria
Specification
Luminaire
configuration /
technical requirement
Cover / Diffuser
Finish
Protection (Minimum)
Operating Voltage
Frequency
50 Hz
Fixture Ambient
+ 40 deg. centigrade
Operating temperature
10
Power factor
>0.9
11
Optical assembly
12
Luminous flux
As per BOQ
13
14
Efficacy of LED
driver
85
85
S.No
Criteria
Specification
5700 deg. Kelvin to 6500 deg. Kelvin
16
Co-related colour
Temperature
C.R.I.
17
18
19
Driver efficiency
> 85%
20
Make of LED
21
Certificates to be submitted
LM 79 and LM 80
15
>70
86
86
ANNEXURE -X
UNDERTAKING LETTER FROM MANUFACTURERS OF LED FITTINGS
Name of Work: : Construction of 1no 120 Men Barrack for Sector Head Quarter
All the LED fittings, including drivers, supplied by us for the above work are
guaranteed for five years from the date of recording of Completion Certificate
by CPWD.
2.
Major contractor
b)
PVC conduit
c)
d)
e)
Light fittings
f)
g)
h)
MCCB DB
i)
j)
Note:1. Tenderers quoting for make & models other than above will be rejected.
2. The Chief Engineer, SZ-III, CPWD, Bangalore, reserves the right to add or delete
any materials and Brands in the list of approved materials/brands.
Central Public Work Department
11/CE/BCD III/2015-2016
Name of Work: -Construction of 1 no 120 Men Barrack for Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur
district, Karnataka.Sub Head: Building portion including internal water supply, sanitary installations, drainage, internal electrical installations,
Lightning Conductor, Main Panel &fire extinguishers &miscellaneous.
SL No
Description
Qty
Unit
Rate
Amount
700
cum
174.01
121807
325
cum
171.91
55871
108
metre
230.13
24854
872
cum
124.18
108285
SH 1 Earth work
1.1
1.1.1
1.2
1.2.1
1.3
1.3.1
1.3.1.1
1.4
89
SL No
1.5
1.6
Description
Supplying and filling in plinth with river sand under floors including watering, ramming
consolidating and dressing complete.
Supplying and filling good earth in layers not exceeding 20 cm in depth, watering,
rolling each layer with half tonne roller and steel rammers and rolling 3rd and top most
layer and lift for filling (excluding rock) including the royality for earth including 20km
lead and lift etc all complete as per the direction of Engineer-in-charge.
Qty
Unit
Rate
Amount
53
cum
1005.64
53299
1800
cum
693.56
1248408
126
cum
4423.62
557376
5.10
cum
7125.96
36342
43
cum
5689.17
244634
17
sqm
347.85
5913
17
sqm
145.83
2479
130
sqm
463.24
60221
SH 2 Concrete work
2.1
2.1.1
Providing and laying in position cement concrete of specified grade excluding the cost
of centering and shuttering - All work up to plinth level
1:5:10 (1 portland pozzolona cement : 5 coarse sand : 10 graded stone aggregate 40mm
nominal size)
2.2
2.2.1
Providing and laying cement concrete in retaining walls, return walls, walls (any
thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts,
buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain
window sills, fillets, sunken floor,etc.excluding the cost of centering, shuttering and
finishing :
1:2:4 (1portland pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal
size ).
2.2.1.1
2.3
2.3.1
2.4
2.5
2.6
90
SL No
Description
Qty
Unit
Rate
63
175
cum
cum
6955.99
7749.67
Amount
Providing and laying in position machine batched and machine mixed design mix M-25
grade cement concrete for reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to site of laying but excluding
the cost of centering, shuttering, finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate, retard setting of concrete,
improve workability without impairing strength and durability as per direction of Engineerin-charge
Note 1: Contractor shall use PPC (conforming to IS 1489 part-I) with minimum 30% fly ash
contents in this item
(Note 2:- Cement content considered in this item is @ 330 kg/cum . Cost adjustment @
the rate of Rs 7.50 /kg of portland pozzolona cement shall be made towards excess/less
use of cement in the design mix as per mix design).
3.1.1
3.1.2
3.2
91
438227
1356192
SL No
Description
Qty
Unit
Rate
Amount
187
525
cum
cum
7340.95
8134.64
1372758
4270686
225
sqm
217.04
48834
268
3200
150
2387
1000
49
sqm
sqm
sqm
sqm
sqm
sqm
398.61
443.74
443.74
366.96
500.86
437.11
106827
1419968
66561
875934
500860
21418
175
50
134
metre
sqm
sqm
128.60
606.76
543.95
22505
30338
72889
Note 1(a):- Part of OPC 43 grade cement ( conforming to IS8112) can be substituted with Ground
Granulated Blast furnace slag (GGBS) to a minimum of 30%. The physical and chemical properties
of GGBS shall conform to IS: 12089-1987 (Reaffirmed 2008) . Uniform blending with OPC 43 grade
cement to be ensured in accordance with clauses 5.2 and 5.2.1 of IS:456-2000.
Note 1(b):- Quantity of cementitious material considered in this item is @ 330 kg/cum (230kg OPC
43 grade cement + 100kg GGBS . Excess/less OPC 43 grade cement used beyond 230kg as per
design mix is payable/recoverable separately @ rate of Rs. 7.50/kg of Ordinary Portland Cement.
Note 2(a):- Alternately Portland Pozzolona Cement (conforming to IS 1489 (Part-1) with minimum
30% flyash content can be used instead of Ordinary Portland Cement 43 grade and GGBS.
Note 2 (b):- Cement content considered in this item is @ 330 kg/cum . Cost adjustment @ the rate
of Rs 7.50 /kg of Portland Pozzolona Cement (conforming to IS 1489 (Part-1 )shall be made
towards excess/less use of cement in the design mix as per mix design).
3.2.1
3.2.2
3.3
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
3.3.8.1
3.3.9
3.3.10
3.4
3.4.1
92
SL No
Description
Qty
Unit
Rate
Amount
39468
97454
kg
kg
57.80
57.80
2281250
5632841
1812
sqm
148.82
269662
64
cum
6807.47
435678
478
cum
6858.60
3278411
Note: In case the contractor uses TMT reinforcement bars procured from the ISP or
secondary producers with the approval of Engineer-in-charge, the quoted rate for
providing and laying TMT reinforcement bars shall be reduced by Rs.3.00 per kg.
3.4.1.1
3.4.1.2
3.5
Up to plinth level.
Above plinth level
Finishing the exposed surfaces of RCC work with 6mm thick cement plaster of mix 1:3
(1 portland pozzolona cement : 3 fine sand) to give smooth and even surfaces.
SH 4 CC Block work
4.1
4.1.1
Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
200mm having minimum compressive strength not less than 70kg/cm2 in foundation
and plinth all complete as per particular specification and direction of Engineer-inCharge.
With cement mortar 1:6 (1portland pozzolona cement : 6 coarse sand) .
Note: The cement concrete blocks shall contain minimum of 40% flyash by volume of
blocks.
4.2
Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
200mm having minimum compressive strength not less than 70kg/cm2 in superstructure
all complete as per particular specification and direction of Engineer-in-Charge.
4.2.1
4.2.1.1
4.3
Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
100mm having minimum compressive strength not less than 70kg/cm2 in superstructure
all complete as per particular specification and direction of Engineer-in-Charge.
4.3.1
4.3.1.1
1260
sqm
645.70
813582
Note: The cement concrete blocks shall contain minimum of 40% flyash by volume of
blocks.
Extra for providing and placing in position 2 Nos 6mm dia. M.S. bars at every third course of CC
block masonry.
1260
sqm
76.78
96743
4.4
93
SL No
4.5
Description
Brick edging 7cm wide 11.4 cm deep to plinth protection with common burnt clay F.P.S.
(non modular) bricks of class designation 50 including grouting with cement mortar 1:4
(1 portland pozzolona cement : 4 fine sand).
Qty
Unit
Rate
Amount
130
metre
40.38
5249
Providing wood work in frames of doors, windows, clerestory windows and other
frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners
of required dia and length (hold fast lugs or dash fastener shall be paid for seperately)
5.1.1
5.2
4.16
cum
59326.21
246797
5.2.1
5.3
35mm thick including ISI marked stainless steel butt hinges with necessary screws.
225
sqm
2109.67
474676
225
sqm
565.87
127321
242
sqm
1455.63
352262
2420
kg
129.15
312543
666
each
129.65
86347
36
each
832.74
29979
Providing and fixing second class Teak wood beading 35mm x 12mm minimum depth
on all edges of flush door shutters covered under item no 5.2.1 (over all area of door
shutter to be measured).
5.4
5.4.1
5.5
5.5.1
5.6
5.7
Providing and fixing fly proof stainless steel grade 304 wire gauge, to windows and
clerestory windows using wire gauge with average width of aperture 1.4 mm in both
directions with wire of dia. 0.50 mm all complete.
With 12 mm aluminium U beading
Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S.
flats, square or round bars etc. including priming coat with approved steel primer all
complete.
Fixed to openings /wooden frames with rawl plugs screws etc.
Providing 40x5mm flat iron hold fast 40cm long including fixing to frame with 10mm
diameter bolts, nuts and wooden plugs and embeddings in cement concrete block
30x10x15cm 1:3:6 mix (1 portland pozzolona cement : 3 coarse sand : 6 graded stone
aggregate 20mm nominal size)
Providing and fixing aluminium die cast body tubular type universal hydraulic door
closer (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto
35 kg and door width upto 700 mm), with necessary accessories and screws etc.
complete.
94
SL No
5.8
5.9
5.9.1
5.10
5.10.1
5.10.2
5.10.3
5.11
5.12
5.12.1
5.12.2
5.13
5.13.1
5.14
Description
Providing and fixing chromium plated brass 100 mm mortice latch and lock with 6 levers
and a pair of lever handles of approved quality with necessary screws etc. complete.
Providing and fixing ISI marked powder coated aluminium sliding door bolts (minimum
thickness of polyester powder coating 60 micron conforming to Qualicoat class 2/AAMA 2604 - 05) with nuts and screws etc. complete:
250x16 mm
Providing and fixing ISI marked powder coated aluminium tower bolts (minimum
thickness of polyester powder coating 60 micron conforming to Qualicoat class 2/AAMA 2604 - 05) with nuts and screws etc. complete:
250x10 mm
200x10 mm
150x10 mm
Providing and fixing aluminium pull bolt lock, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868) transparent or dyed of required colour and
shade, with necessary screws bolts, nut and washers etc. complete.
Providing and fixing ISI marked powder coated aluminium handles (minimum thickness
of polyester powder coating 60 micron conforming to Qualicoat class - 2/AAMA 2604 05) with nuts and screws etc. complete:
125 mm
75 mm
Providing and fixing ISI marked powder coated aluminium hanging floor door stopper
(minimum thickness of polyester powder coating 60 micron conforming to Qualicoat
class - 2/AAMA 2604 - 05) with nuts and screws etc. complete:
Twin rubber stopper
Providing and fixing fibre glass reinforced plastic (FRP) door frames of cross section
90mm x 45mm having single rebate of 32mm x 15mm to receive shutter of 30mm
thickness. The laminate shall be moulded with fire resistant grade unsaturated polyester
resin and chopped mat. Door frame laminate shall be 2mm thick and shall be filled with
suitable teak wood block in all three legs. The frame shall be covered with fibre glass
from all sides. M.S.stay shall be provided at the bottom to steady the frame.
95
Qty
Unit
Rate
Amount
88
each
873.12
76835
88
each
208.81
18375
142
480
540
each
each
each
105.23
87.56
72.20
14943
42029
38988
72
each
84.85
6109
314
546
each
each
77.12
51.87
24216
28321
102
each
92.75
9461
238
metre
532.73
126790
SL No
5.15
Description
Providing and fixing to existing door frames 30 mm thick Glass Fibre Reinforced Plastic
(FRP) panelled door shutter of required colour and approved brand and manufacture,
made with fire - retardant grade unsaturated polyester resin, moulded to 3 mm thick
FRP laminate for forming hollow rails and styles, with wooden frame and suitable blocks
of seasoned wood inside at required places for fixing of fittings,and polyurethane foam
(PUF) core filled through injection method to a density of not less than 40kg/cum as
filler material through out the hollow panel, cast monolithically with 5 mm thick FRP
laminate for panels conforming to IS: 14856, including fixing to frames.
Qty
Unit
Rate
Amount
76
sqm
2652.79
201612
244
sqm
3395.99
828622
3360
kg
99.54
334454
286
kg
684.31
195713
SH 6 Steel work
6.1
6.2
6.2.1
6.3.1
Providing and fixing galvanized steel sheet composite door shutter of thickness 35mm
made of epoxy primer coated GI sheet of 0.6mm thick on either side with polyurethane
foam as core material filled through injection method to a density not less than
40kg/cum including stainless steel butt hinges etc., all complete as per the direction of
engineer-in-charge
Steel work welded in built up sections / framed work including cutting hoisting, fixing
in position and applying a priming coat of approved steel primer using structural steel
etc., as required.
In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works.
Providing and fixing stainless steel (Grade 304) railing made of hollow tubes, channels,
plates etc. including welding, grinding, buffing, polishing and making curvature
(wherever required) and fitting the same with necessary stainless steel nuts and bolts
complete i/c fixing the railing with necessary accessories & stainless steel dash
fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side
of waist slab with suitable arrangement as per approval of Engineer-in-charge. (for
payment purpose only weight of stainless steel members shall be considered excluding
fixing accessories such as nuts, bolts, fasteners etc.)
SH 7 Flooring
7.1
Providing and laying full body vitrified floor tiles of specified size (thickness to be
specified by the manufacturer) with water absorptions less than 0.08% and conforming
to IS:15622 laid on 20mm thick cement mortar 1: 4 (1portland pozzolona cement : 4
coarse sand) including grouting the joints with white cement and matching pigments etc.
complete
96
SL No
Description
Qty
Unit
Rate
Amount
253
sqm
1553.29
392982
19
sqm
1563.73
29711
485
sqm
924.33
448300
206
sqm
1049.62
216222
46
metre
254.71
11717
70
sqm
1564.70
109529
(Note: Vitrified tiles should have not less than 10% recycled material content)
7.1.1
7.2
7.2.1
7.3
7.4
7.5
7.5.1
7.6
7.6.1
7.6.1.1
Providing and fixing first quality ceramic glazed wall tiles conforming to IS : 15622
(thickness to be specified by the manufacturer) of approved make in all colours, shades
of size 300 x 450mm as approved by Engineer- in- charge in dados over 12mm thick
bed of cement mortar 1:3 (1 portland pozzolona cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with
pigment of matching shade complete.
Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more
(thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622,
of approved make, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick
cement mortar 1:4 (1 portland pozzolona cement: 4 Coarse sand), including grouting
the joints with white cement and matching pigments etc., complete.
Providing edge moulding to 18 mm thick granite stone counters, Vanities etc., including
machine polishing to edge to give high gloss finish etc. complete as per design
approved by Engineer-in-Charge.
Granite work
Stone tile (polished) work for wall lining over 12 mm thick bed of cement mortar 1:3 (1
portland pozzolona cement : 3 coarse sand) and cement slurry @ 3.3 kg/sqm including
pointing in white cement complete.
8mm thick
Granite slab of Sadarahalli of approved shade and pattern as directed by the Engineerin-Charge
97
SL No
7.7
7.7.1
7.8
7.8.1
7.8.2
Description
Providing and fixing stone slab with table rubbed, edges rounded and polished, of size
75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of
appropriate width with chase cutter and embedding the stone in the chase with epoxy
grout or with cement concrete 1:2:4 (1 portland pozzolona cement : 2 coarse sand : 4
graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and
finished smooth.
Granite Stone slab of Sadarahalli of approved shade
Providing and laying flamed finish Granite stone flooring in required design and
patterns, in linear as well as curvilinear portions of the building all complete as per the
architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of
cement mortar 1:4 (1 portland pozzolona cement : 4 coarse sand) laid and jointed with
cement slurry and pointing with white cement slurry admixed with pigment of matching
shade including rubbing, curing and polishing etc. all complete as specified and as
directed by the Engineer in- Charge :
Flamed finish granite stone slab of Sadarahalli of approved shade (for verandah, stairs,
porch, lobby, staircase landing, treads, skirting along stair walls)
Granite stone slab of Sadarahalli of approved shade and pattern as approved by the
Engineer-in- Charge.(for kitchen , ration, fuel store, garbage bin, barrack, balcony and
drying place, space for box room)
Qty
Unit
Rate
Amount
4.5
sqm
1172.80
5278
197
sqm
1240.80
244438
1265
sqm
1240.80
1569612
69
metre
158.10
10909
12
each
206.21
2475
180
metre
255.93
46067
SH 8 Roofing
8.1
8.1.1
8.2
8.3
8.3.1
98
SL No
8.4
Description
Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS : 5382 leaving 10mm gap for thermal expansion.
8.4.1
8.4.1.1
8.4.2
8.4.2.1
8.5
Bend 87.5
110 mm
Shoe (Plain)
110 mm
Providing and fixing unplasticised - PVC pipe clips of approved design to unplasticised PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S.
screws of required length including cutting brick work and fixing in cement mortar 1:4 (1
portland pozzolona cement: 4 coarse sand) and making good the wall etc. complete.
8.5.1
8.6
110 mm
Providing and fixing to the inlet mouth of rain water pipe PTMT (an Engineering
Thermoplastic) grating square (Slit) 150mm square with a height of 8mm and weighing
not less than 100gms
Qty
Unit
Rate
Amount
12
each
178.48
2142
12
each
326.03
3912
72
each
208.86
15038
12
each
108.33
1300
3991
sqm
165.11
658954
1855
sqm
265.76
492985
1208
sqm
497.05
600436
1855
sqm
104.90
194590
SH 9 Finishing
9.1
9.1.1
9.2
9.3
9.3.1
9.4
9.4.1
99
SL No
9.5
9.5.1
9.6
9.6.1
9.7
Description
Distempering with 1st quality acrylic distemper, having VOC (Volatile Organic
Compound ) content less than 50 grams/ litre, of approved brand and manufacture,
including applying additional coats wherever required, to achieve even shade and
colour.
Two coats
Painting with synthetic enamel paint, having VOC (Volatile Organic Compound) content
less than 150 grams/litre, of approved brand and manufacture, including applying
additional coats wherever required to achieve even shade and colour.
Two coats
Applying priming coats with primer of approved brand and manufacture, having low
VOC (Volatile Organic Compound) content.
Qty
Unit
Rate
Amount
1952
sqm
50.49
98556
1855
sqm
79.10
146731
9.7.1
With ready mixed pink or grey primer on wood work (hard and soft wood) having VOC content
less than 50grams/litre.
522
sqm
39.88
20817
9.7.2
With water thinnable cement primer on wall surface having VOC content less than 50
grams/litre
1952
sqm
39.61
77319
18
each
3748.37
67471
each
3664.95
10995
SH 10 Sanitary installations
10.1
10.1.1
10.2
10.2.1
Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm
sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush
pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all
fittings and fixtures complete, including cutting and making good the walls and floors
wherever required:
White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type
foot rests
Providing and fixing white vitreous china pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, having dual
flushing cistern including flush pipe, with manually controlled device conforming to IS :
7231, with all fittings and fixtures complete, including cutting and making good the walls
and floors wherever required :
W.C. pan with ISI marked white solid plastic seat and lid
100
SL No
Description
Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350
mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass
flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per
IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass, including
painting of fittings and cutting and making good the walls and floors wherever required :
10.3.1
Range of three half stall urinals with 10 litre P.V.C.automatic flushing cistern
10.4
Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting
and making good the walls wherever require:
10.4.1
White Vitreous China Flat back wash basin size 550x 400 mm with single 15 mm C.P.
brass pillar tap
10.5
Providing and Fixing CP Brass angle stop cock(continental-053 KN) of jaquar make
10.6
Providing and fixing of long CP Brass Long body bib cock (continental-107 KN)
10.7
Providing and fixing CP Brass shower (HSH-1937) of jaquar make
10.8
Providing and fixing CP Brass towel rail of jaquar make 600 mm long towel rail with
total length of 645 mm, width 78 mm and effective height of 88 mm, weighing not less
than 190
10.9
Providing and fixing stainless steel AISI-304(18/8) kitchen sink with as per I.S:13983
with C.I. brackets and steel plug, 40mm including painting the fittings and brackets,
cutting and making good the walls wherever required :
10.9.1
Kitchen sink with drain board
10.9.1.1
510 x 1040 mm bowl depth 250mm
10.10
Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste
fittings complete.
10.10.1
Flexible pipe
10.10.1.1 32mm dia
10.10.1.2 40mm dia
10.11
Providing and fixing mirror of superior glass (of approved quality) and of required shape
and size with plastic moulded frame of approved make and shade with 6 mm thick hard
board backing :
10.11.1
Oval shape 450x350 mm (outer dimensions)
10.11.2
Rectangular shape 1500x450 mm
Qty
Unit
Rate
Amount
each
14816.58
88899
28
60
50
18
each
each
each
each
1996.48
931.00
1335.00
1450.00
55901
55860
66750
26100
22
each
1364.00
30008
each
7791.22
15582
28
6
each
each
82.25
84.79
2303
509
4
24
each
each
866.11
1472.09
3464
35330
10.3
101
SL No
10.12
10.12.1
10.12.1.1
10.13
Description
Providing and fixing soil, waste and vent pipes :
100 mm dia
Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989.
Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast
iron (spun) pipe embedded in and including cement concrete blocks 10x10x10 cm of
1:2:4 mix (1 Portland Pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size), including cost of cutting holes and making good the walls etc. :
10.13.1
10.14
10.14.1
10.14.1.1
10.15
10.15.1
10.15.1.1
10.16
102
Qty
Unit
Rate
Amount
156
metre
1013.93
158173
95
each
168.92
16047
each
370.94
1484
each
410.71
1643
19
each
689.17
13094
each
480.04
1920
each
351.71
1407
156
metre
42.70
6661
31
each
269.30
8348
SL No
10.21
10.21.1
10.22
Description
Providing and fixing M.S. stays and clamps for sand cast iron/ centrifugally cast (spun)
iron pipes of diameter :
100 mm
Providing and fixing (900mm long arm) trap of self cleansing design with stainless steel
grating complete, including cost of cutting and making good the wall and floors :
10.22.1
10.22.1.1
11.1
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and testing of joints complete as per
direction of Engineer in Charge.
11.1.1
11.1.1.1
11.1.1.2
11.1.1.3
11.2
Qty
Unit
Rate
Amount
31
each
75.79
2349
36
each
1085.52
39079
134
67
67
metre
metre
metre
255.54
327.79
642.50
34242
21962
43048
584
metre
298.30
174207
SH 11 Water supply
Concealed work, including cutting chases and making good the walls etc.,
11.2.1
103
SL No
11.3
11.3.1
11.4
11.4.1
11.4.2
11.5
11.5.1
11.6
11.6.1
11.6.1.1
11.7
11.7.1
11.8
11.8.1
11.9
11.9.1
11.10
Description
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings
This includes jointing of pipes & fittings with one step CPVC solvent cement ,trenching
,refilling & testing of joints complete as per direction of Engineer in Charge.
Qty
Unit
Rate
Amount
40
metre
579.03
23161
2
2
each
each
473.79
829.43
948
1659
each
497.10
994
each
75.79
152
14
each
507.66
7107
14
each
880.19
12323
22
each
684.70
15063
28
each
182.24
5103
50
130
metre
metre
384.80
517.71
19240
67302
SH 12 Drainage
12.1
12.1.1
12.1.2
Providing and laying non-pressure NP2 class (light duty) RCC pipes with collars jointed
with stiff mixture of cement mortar in the proportion of 1:2 (1 portland pozzolona cement
: 2 fine sand) including testing of joints etc complete
150 mm dia RCC pipe
250 mm dia RCC pipe
104
SL No
12.2
12.2.1
12.2.1.1
12.3
12.3.1
12.3.1.1
12.4
12.4.1
12.4.1.1
12.5
12.5.1
Description
Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating
brick masonry chamber with water tight C.I. cover with frame of 300 x300mm size
(inside) the weight of cover to be not less than 4.50kg and frame to be not less than
2.70 kg as per standard design
100x100 mm size P type
With bricks of class designation 50
Qty
Unit
Rate
Amount
10
each
1711.22
17112
16
each
8406.70
134507
metre
6040.83
36245
each
4372.25
17489
Constructing brick masonry manhole in cement mortar 1:4 (1 portland pozzolona cement : 4
coarse sand) R.C.C. top slab with 1:2:4 mix (1 portland pozzolona cement : 2 coarse sand : 4
graded stone aggregate 20mm nominal size), foundation concrete 1:4:8 mix (1portland
pozzolona cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside
plastering 12mm thick with cement mortar 1:3 (1 portland pozzolona cement : 3 coarse sand)
finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1
portland pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size)
finished with a floating coat of neat cement complete as per standard design
Inside size 90x80cm and 45cm deep including precast RCC manhole cover and frame
LD-rectangular shape 600x 450mm internal dimensions
With bricks of class designation 50
Extra for depth for manholes :
Size 90x80 cm
With bricks of class designation 50
Constructing brick masonry road gully chamber 50x45x60 cm with bricks in cement
mortar 1:4 (1 portland pozzolona cement : 4 coarse sand) including 500x450 mm precast R.C.C. horizontal grating with frame complete as per standard design :
With common burnt clay F.P.S. (non modular) bricks of class designation 50
105
SL No
Description
Qty
Unit
Rate
Amount
1400
kg
417.34
584276
1782
kg
481.42
857890
226
sqm
915.60
206926
16
each
462.52
7400
SH 13 Aluminium work
13.1
13.1.1
13.1.1.1
13.1.1.2
13.2
13.2.1
13.3
Providing and fixing aluminium work for doors, windows, ventilators and partitions with
extruded built up standard tubular sections / Z sections and other sections of
approved make conforming to IS: 733 and IS: 1285, fixed with rawl plugs and screws
or with fixing clips, or with expansion hold fasteners including necessary filling up of
gaps at junctions, at top, bottom and sides with required neoprene felt etc. Aluminium
sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever
required including cleat angle, aluminium snap beading for glazing / panelling, C.P.
brass / stainless steel screws, all complete as per architectural drawings and the
directions of Engineer - in - charge. (Glazing and panelling to be paid for separately) :
Powder coated aluminium (minimum thickness of powder coating 60 micron
conforming to qualicoat class - 2/AAMA 2604 - 05).
For fixed portion
For shutters of doors, windows & ventilators including providing and fixing hinges /
pivots and making provision for fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)
Providing and fixing glazing in aluminium door, window, ventilator shutters, and
partitions etc. with EPDM/neoprene gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading
shall be paid in basic item)
with float glass panes of 4.0mm thickness
Providing and fixing 100mm brass locks (best make of approved quality) for aluminium
doors including necessary cutting and making good etc. complete.
SH 14 Water proofing
14.1
Providing and laying water proofing treatment in sunken portion of WC's, bath room
etc by applying cement slurry mixed with water proofing cement compound consisting
of applying :
i) First layer of slurry of cement at 0.488 kg per sqm mixed with water proofing cement
compound (Tapecrete or equivalent) @0.253 kg/sqm. This layer will be allowed to air cure for 4
hours:
106
SL No
Description
Qty
Unit
Rate
90
sqm
1434.80
Amount
ii) Second layer of slurry of cement at 0.242 kg per sqm mixed with water proofing cement
compound (Tapecrete or equivalent) @0.126 kg/sqm. This layer will be allowed to air cure for 4
hours followed with water curing for 48 hours.:
iii) Third layer is to be provided with 12mm cement plaster 1:4 (1 portland pozzolona cement : 4
coarse sand) mixed with water proofing compound (Tapecrete or equivalent ) @ 0.126kg/sqm.
iv) Fourth layer of 1.2mm thick EPDM membrane " Flexshield" of Dr. fixit or equivalent laid with
bonding adhesive with over laps at joints not less than 75mm including applying a coat of
adhesive to finished membrane and sprinkling sand over the adhesive layer to have adequate
bond to the next layer.
v) Fifth layer is to be provided with 12mm cement plaster 1:4 (1 portland pozzolona cement : 4
coarse sand) mixed with water proofing compound (Tapecrete or equivalent) @ 0.126kg/sqm.
14.2
The rate includes preparation of surface treatment, removal of dust from surface using
compressed air and sealing of all joints, corners, junctions of pipes and masonry with polymer
mixed slurry including applying a coat of adhesive on the EPDM membrane followed by
sprinkling of sand to good bonding with next layer.
Providing and laying integral cement based water proofing treatment including preparation of
surface as required for treatment of roofs, balconies, terraces etc consisting of following
operations.
(a) Applying a slurry coat of neat cement using 2.75 Kg/sqm. of cement admixed with water
proofing compound conforming to IS: 2645 and approved by Engineer-in- charge over the RCC
slab including adjoining walls upto 300mm height including cleaning the surface before
treatment.
b) Laying brick bats with mortar using broken bricks / brick bats 25 mm to 115mm size with 50%
of cement mortar 1:5 (1 portland pozzolona cement : 5 coarse sand ) admixed with water
proofing compound conforming to IS:2645 and approved by Engineer-in-charge over 20mm
thick layer of cement mortar of mix 1:5 (1 portland pozzolona cement :5 coarse sand) admixed
with water proofing compound conforming to IS: 2645 and approved by Engineer-in-charge to
required slope and treating similarly the adjoining walls upto 300 mm height including rounding
of junctions of walls and slabs.
c) After two days of proper curing applying a second coat of cement slurry using 2.75kg / sqm of
cement admixed with water proofing compound conforming to IS: 2645 and approved by
Engineer-in-charge.
107
129132
SL No
Description
Qty
Unit
Rate
542
sqm
1125.85
Amount
d) Finishing the surface with 20mm thick jointless cement mortar of mix 1:4 (1portland
pozzolona cement : 4 coarse sand) admixed with water proofing compound conforming to IS:
2645 and approved by Engineer-in-charge including laying woven glass fibre mat of 2mm
apertures of approved quality in top layer of plaster and finally finishing the surface with trowel
with neat cement slurry and making pattern of 300 x 300mm square 3mm deep.
14.2.1
e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks
for curing and for final test.
All above operations to be done in order and as directed and specified by the Engineer-incharge.
With average thickness of 120mm and minimum thickness at khurra as 65mm.
610211
38650391
Civil total
Electrical Schedule B
1
a)
2
3
a)
b)
c)
d)
e)
5
a)
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable in surface / recessed PVC conduit, with modular
switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable etc as required.
Group - B
Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core
cable infor
surface/
recessed
PVCFRLS
conduit
alongwith
1 No
4 sq.conductor
mm FRLSsingle
PVC core
Wiring
light/ power
plugmedium
with 4X4class
sq. mm
PVC
insulated
copper
cable in surface/ recessed medium class PVC conduit alongwith 2 Nos 4 sq. mm FRLS PVC
insulated copper conductor single core cable for loop earthing as required
Wiring for circuit/submain wiring alongwith earth wire with the following sizes of FRLS PVC
insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit
as required
2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire
2 X 6 sq. mm + 1 X 6 sq. mm earth wire
4 X 6 sq. mm + 2 X 6 sq. mm earth wire
4 X 10 sq. mm + 2 X 10 sq. mm earth wire
4 X 16 sq. mm + 2 X 16 sq. mm earth wire
Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core
cable in the existing surface/ recessed steel/ PVC conduit as required.
6 X 1.5 sq. mm
108
459
450
Point
Metre
646.00
179.00
296514
80550
420
Metre
304
127680
800
500
80
80
125
Metre
Metre
Metre
Metre
Metre
117
660.00
976.00
93600
122000
34400
52800
122000
400
Metre
105
42000
244.00
430.00
SL No
Description
Supplying and drawing following pair 0.5 sq mm FRLS PVC insulated annealed copper
conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as
required.
2 Pair
20 Pair
Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE
insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing
surface/ recessed steel/ PVC conduit as required.
Supplying and drawing of UTP 4 pair CAT 6 cable in the existing surface / recessed steel/ PVC
conduit as required.
Supplying and fixing of following sizes of medium class PVC conduit along with accessories in
surface/recess including cutting the wall and making good the same in case of recessed conduit
as required.
20 mm
25 mm
32 mm
Supplying and fixing following modular switch/ socket on the existing modular plate & switch box
including connections but excluding modular plate etc. as required.
Telephone Socket outlet
T.V antena Socket outlet
RJ45 socket outlet
Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch
box including connections but excluding modular plate etc. as required.
Supplying and fixing modular blanking plate on the existing modular plate & switch box
excluding modular plate as required.
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in
recess, including providing and fixing 3 pin 5/6 amps modular socket outlet and 5/6 amps
modular switch, connection etc. as required.
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and 15/16
amps modular switch, connection etc. as required.
Supplying and fixing suitable size GI/ PVC box with modular plate and cover in front on surface
or in recess, including providing and fixing 2nos 6 pin 5/6 & 2nos 15/16 amps modular socket
outlet and 2nos. 15/16 amps modular switch, connection etc. as required. (For computer outlet)
a)
b)
7
8
9
a)
b)
c)
10
a)
b)
c)
11
12
13
14
15
109
Qty
Unit
Rate
Amount
100
80
Metre
Metre
20
140.00
2000
11200
100
Metre
31.00
3100
50
Metre
36.00
1800
120
140
250
Metre
Metre
Metre
59.00
72.00
94.00
7080
10080
23500
10
5
1
Each
Each
Each
105
104
682
1050
520
682
77
Each
314
24178
50
Each
25.00
1250
141
Each
335
47235
45
Each
436
19620
Each
3051
9153
SL No
Description
Qty
Unit
Rate
16
Supply and fixing following pair Telephone Junction boxes with suitable size of Krone
Connector module including terminating the cable etc as required.
20 Pair
Supplying and fixing DP sheet steel enclosure on surface/ recess along with 25/32amps 240
volts "C" curve DP MCB complete with connections, testing and commissioning etc. as required.
Each
1156
6936
Each
682
2728
8
8
Each
Each
2403.00
3478.00
19224
27824
Each
4947.00
19788
384
Each
187
71808
8
8
Each
Each
2534
6155
20272
49240
8
4
Each
Each
3541
9738
28328
38952
a)
17
a)
b)
2
a)
3
a)
4
a)
b)
5
a)
b)
Amount
110
SL No
1
Description
SH.3- Fan & Fittings
Supply, installation, testing and commissioning of box type fluorescent fitting made of CRCA
sheet metal with electronic ballast and complete with all accessories including 1 no. 28W T-5
tube and connections, earthing etc. as required. ( Philips Cat. No.TMS122 M1xTL5-28W EBT/
Havells Cat No. Regal baten T5 1 X 28W/ Bajaj Cat. No. BTCR 128)
Supplying , fixing ,testing and commissioning of 2' X 2' recessed mounting flat panel LED
luminire with constant current electronic driver suitable for grid ceiling having light output not
less than 3300 lumen etc. as required.( Philips model No. RC 366B LED 33-OD WH/ Syska
model No. -6060-36/ CG Model No. Aura-I LCPL-36-CDL )
Supplying and fixing of wall bracket fitting suitable for one number LED lamp complete with all
accessories but excluding LED lamp etc complete as required. (Make: Havells, city 2 or
approved equivalent from Bajaj/ Crompton/ Wipro.)
Supplying , fixing , testing and commissioning of 12W surface mounting circular / squire LED
luminaire having light output not less than 840 lumen with suitable inbuilt electronic driver etc as
required. (Make/Model : CG, Pearl square/ Wipro, CRDL11 SO13HP57/ Syska, SSK 081402)
Supplying & fixing wall mounting 11 Watt, CFL luminaire, finished with chrome housing IP 21
water ressistant and covered with opal poly carbonate glass/globe of lamp compartment
including S/F 1 No. 11 watts retrofit / PL CFL lamp complete with all accessories, connection,
testing & commissioning etc as required. (Make: Bajaj - BJC111 / Crompton - TLN11 / Philips)
Supply, installation, testing and commissioning of A.C Ceiling fan with 1200 mm sweep with 5
star rating suitable for operation on 230 V single phase 50 Hz, AC supply, including wiring the
down rod with 1.5 sq.mm pvc insulated copper conductor as required. (Make: Usha-Technix flair
/ Bajaj - Regal Star / Crompton - H5 Plus)
Supply, Installation, testing and commissioning of 225 / 230 mm sweep metallic exhaust fan
suitable for operation on 230V, single phase AC supply, with louvers/ shutters including making
suitable opening, making good the damage, etc. complete as reqd. (Make: USHA- Turbo LD
EXH FAN DBB Grey/ CG - Trans Air 9" Grey / Bajaj- Freshee metallic Grey Dom Ex.fan ).
SH.4- Lightning Conductor
Providing and fixing of lightning conductor finial, made of 25 mm dia 300 mm long, GI tube,
having single prong at top, with 85 mm dia 6 mm thick GI base plate including holes etc.
complete as required.
111
Qty
Unit
Rate
Amount
66
Each
1271.00
83886
24
Each
10124.00
242976
62
Each
734.00
45508
114
Each
2097.00
239058
Each
1010.00
2020
77
Each
2263.00
174251
39
Each
2541.00
99099
Each
844.00
3376
SL No
Description
Jointing copper/GI tape (with another copper/GI tape, base of the finial or any other metallic
object) by riveting / nut bolting/ sweating and soldering etc as required.
Providing and fixing GI tape 20 mm X 3 mm thick on parapet or surface of wall for lightning
conductor complete as required.(For horizontal run)
Providing and fixing GI tape 20 mm X 3 mm thick on parapet or surface of wall for lightning
conductor complete as required.(For vertical run)
Providing and fixing testing joint, made of 20 mm X 3 mm thick GI strip, 125 mm long, with 4
nos. of GI bolts, nuts, chuck nuts and spring washers etc. complete as required.
Providing and laying GI tape 32 mm X 6 mm from earth electrode directly in ground as required.
3
4
5
6
7
Earthing with GI earth plate 600 mm X 600 mm X 6 mm thick including accessories, and
providing masonry enclosure with cover plate having locking arrangement and watering pipe of
2.7 metre long etc. with charcoal/ coke and salt as required.
SUB-HEAD- 5 Main Panel
MV- PANEL(Essential):SITC of Floor mounting, free standing, extendible, compartmentalised, powder coated cubical
panel board, suitable for 3 Phase, 4 Wire, 440 volts 50 Hz AC Supply, fabricated with CRCA
sheet steel not less than 2 mm thick, dust and vermin proof, with ventilation louvers, cable
alleys, detachable gland plate, ISMC 100 mm MS Channel base frame, with following
capacity, insulated tinned copper busbar, Incoming and out going switch gears, meters,
connection, interconnection, earthing and MV danger notice board etc( confirming to section 4
of CPWD specification for electrical works Part IV).
INCOMING
a) 630 A capacity, 440V, 50 Hz, 4pole MCCB( 50 KA)(Ics=100%Icu) with microprocessor
based OC, S/C release and ROM (long handle type ) Make:(L&T / Siemens / GE / Schneider) 1 Nos.
b) 630 A capacity, 440V, 50 Hz, 4 pole MCCB (with out protection release) with ROM (long
handle type ) for bus coupler with mechanical interlocking arrangement with incomer MCCBs
as in Item (a) above Make: (L&T / Siemens/ GE/ Schneider) - 1 No.
c) Current Transformer 600 / 5 ratio, 15 VA burden (For in comming supply) 3 Nos. - 2 Set
d) Combined Digital type display meter suitable for measuring AC voltage, Current, KWH, KW,
PF, Frequency etc.- 2 Nos
e) 3 Phase indicating LED lamps, with toggle switch and HRC control fuse (3 Nos.) - 2 Set
112
Qty
Unit
Rate
Amount
Each
80.00
320
180
Metre
75.00
13500
160
Metre
108.00
17280
Each
78.00
312
80
Metre
156.00
12480
Set
4961.00
19844
SL No
Description
Qty
Unit
Rate
Amount
Set
366515.00
366515
Sets
4961.00
9922
50
Metre
465.00
23250
50
Metre
157.00
7850
16
Each
7029
112464
16
Each
3510
56160
Each
1222
9776
2958939
BUSBAR
630 A Capacity 4 strip tinned Copper bus bars with suitable supports -1 Set.
OUTGOING
a) 250 A capacity, 415V, 50 Hz, TP MCCB(36 KA)(Ics=100%Icu) with microprocessor based
OC, S/C release and ROM (long handle type) (Make: L& T/ SIEMENS/ GE/ Schnieder) - 6 Nos.
A
1
EARTH
G.I. Earth strip of size 50x6 mm for full width of board with 2 termination points.
Earthing with G. I. Earth Plate 600mm x 600mm x 6mm thick i/c accessories and providing
masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 mtr
long etc. with charcoal or coke and salt complete as required.
Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode
including connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as required.
Providing and fixing 25mm x 5mm G.I. strip on surface or in recess for connection etc. as
required.
SUB HEAD- 6 Fire Extinguishers and Miscellaneous
Fire Extinguishers
Providing and fixing Carbon-di-oxide fire extinguishers consisting of welded M.S cylindrical body, squeeze
lever discharge valve fitted with internal discharge tube, 30cms long high pressure discharge hose,
discharge nozzle, suspension bracket, confirming to IS : 15683 finished externally with red enamel paint
and fixed to wall with brackets with rawl plug/dash fasteners complete with internal charge. Capacity 4.5
kg. ISI Marked.( Contractor should submit test certificate form manufacturer along with serial number of
every extinguishers supplied.)
Providing and fixing ABC powder type fire extinguishers consisting of welded M.S. cylindrical
body automatic modular ABC powder type extinguisher actuated through a sprinkler head
mounted on The extinguisher body finished externally with red enamel paint and fixed to ceiling
with brackets complete with internal charge. [For Transformer/DG/LT panel room]
a.
3
Capacity 4 Kg.(IS:15683)
Providing and fixing of self illuminated / auto glow "EXIT" signs printed on photoluminescent
sheet containing self illuminated base chemical, of appropriate size not less than 400 x 150
mm, suspended from ceiling or fixed to the walls with accessories as required and as directed
at site.
B Electrical Total
113
Description
Qty
(.)
Estimated Cost put to tender (Rs.)
Sr.No. Name of component
Proforma for quoting the rates
Name of the Contractor
Estimated
cost
Civil Work
38650391
Electrical Work
2958939
Total Cost
2
3
4
Rate
Amount
41609330
Unit
41609330
. .
Only one of the options is to be filled. More than one option shall be rejected.
.
Rate filled in any form shall be considered only in %age
.
Rate filled at any other place in the document shall not be considered.
.
No condition shall be accepted.
percentage above
or below the
estimated cost
SL No
%
% in
Total Cost
Figures
-100.00
Executive Engineer,
BCD III, CPWD, Bangalore
114