You are on page 1of 197

STANDARD BIDDING DOCUMENT

PROCUREMENT OF CIVIL WORKS

CONSTRUCTION OF HOSTEL
BUILDING( GF+1) AND TRAINING
SCHOOL (GF +4 )FOR ANM AND GNM
(EXCLUDING ELECTRIFICATION) AT
GONDIA , DISTRICT GONDIA

COMPLETE BIDDING DOCUMENT

Contractor No Of Correction Executive Engineer 1


GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT PROJECT

AGREEMENT NO -------------
Name of work : Construction of Hostel Building( GF+1) and training
SCHOOL (GF +4 )FOR ANM AND GNM (EXCLUDING
: : ELECTRIFICATION) AT Gondia , District Gondia
:

Period of download of : : As per e-tender schedule uploaded on e-portal


bidding document online http://mahatenders.gov.in
Time and date of pre-bid conference 29.6.2018 @ Office of the Chief Engineer Public Works
Region ,Civil Line Nagpur

Last date and time for receipt of As per e-tender schedule uploaded on e-portal
online bids (bid due date) http://mahatenders.gov.in

Date & time of submission Hard


Copy in two seperarate Envelope of After Control Transfer of Bid As per e-tender schedule
Uploaded tender uploaded on e-portal
1.First Envelope- Tender Copy +
Documents )
2. Second Envelope DD /BG of EMD (if
EMD paid other than Online mode),
Performance Security Deposit (DD /Bank
Guarantee)

Time, date of opening technical bids As per e-tender schedule uploaded on e-portal
http://mahatenders.gov.in
Time, date of opening financial bids As per e-tender schedule uploaded on e-portal
http://mahatenders.gov.in
Place of opening of technical bids @ Office of the Superintending Engineer Public Works
Circle Civil Line Nagpur

Officer inviting bids Executive Engineer. Public Works Division No I, Gondia

Contractor No Of Correction Executive Engineer 2


INVITATIONS FOR BIDS (IFB)

Contractor No Of Correction Executive Engineer 3


GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
PUBLIC WORKS REGION NAGPUR
PUBLIC WORKS CIRCLE, NAGPUR
Public Works Division No I, Gondia
INVITATIONS FOR BIDS (IFB)
AGREEMENT NO -------------
Date:
Bid No: /SBD/2018-19

1. The Executive Engineer, Public Works Division No I, Gondia invites bids for
the construction of works detailed in the table. The bidders may submit bids for any or all of
the following works.

TABLE

Work Name of Work Approximate Bid Security Cost of Period of


No. value of work (Rs.) Document completio
(Rs.) (Rs.) n
1 2 3 4 5 6

1 Construction of Hostel Building(


GF+1) and training SCHOOL 18(Eighteen)
(GF +4 )FOR ANM AND GNM Rs Rs 6,50,000/- Rs,5600/- Calendar Month
(EXCLUDING 129317926.00 In the form Including
of Online Tax
ELECTRIFICATION) AT
/RTGS
Gondia , District Gondia /NEFT/RTGS
or payment
Gate way
mode or in
the form of
DD/ FDR
/BG.
DD/ FDR
//BG.in the
name of EE
Public
Works
Division No
I, Gondia

1. Bidding documents may be downloaded from the eTendering portal of Public Works Department,
Government of Maharashtra i.e. https://mahatenders.gov.in after entering the details, payment of Rs.
5600/- (Rupees Five Thousand Six Hundred only) should be paid online using payment gateway
mode only. The cost of Bid document will be non refundable. Interested bidders may obtain further
information regarding the work from the above office.
2. The Bids will be opened as per the e-Tender Schedule, in the presence of such intending Bidders or his/
their authorized representatives who shall be present at that time.
3. Bid Security of the amount specified for the work in the table shall be paid via online using NEFT / RTGS
or payment gateway mode or In the Form of DD/FDR/Bank guarantee DD/FDR/BG shall be Drawn in
Contractor No Of Correction Executive Engineer 4
the Name of Executive Engineer P.W.Dn No III Nagpur. from the authorized account in the name of
the bidder only. The guidelines for the same are included in bid document.
4. The Bids must be submitted online on http://mahatenders.gov.in or on as per NIT &
Technical bid will be opened on date as per NIT, in the presence of bidders who have to
attend in the office of the Superintending Engineer, P.W. Circle Nagpur (Bid opening
Authority) (As per NIT)
5. The prebid meeting will be held on Date 29.6.2018. @ 16.00Hrs. (As per e-tender
schedule uploaded on e-portal http://mahatenders.gov.in) in the presence of bidders
who wish to attend in the office of the Chief Engineer, P.W. Region Nagpur.

6.Physical Submission of Upload tender Document and Additional Performance


Security Deposit( if offer more than 1% Below)
The bidder shall submit the Hard Copy in two Separate Sealed Envelope in

1. "Sealed Envelope No I -" Contained -Technical & Financial Bids as specified in


NIT after Control Transfer of Bid

2. . "Sealed Envelope No 2 -" Contained – Performance Security Deposit (Demand


Draft /Bank Guarantee as specified in NIT after Control Transfer of Bid within 72 hrs
(excluding holidays).
3. Submission of hard copy is a essential. However, hard copies shall be opened
only if there are problems in opening/ downloading of tender offers. If the contractor
inadvertently or otherwise does not submit hard copy, then it shall not constitute a bar
to open his e-offer. His online tender shall be opened by the tender opening authority
and shall be processed. If the contractor‟s offer is lowest then it shall be accepted and
his downloaded tender shall be treated as hard copy.
7.Before submitting the proposal, the bidders shall mandatorily register and enlist
themselves (the firm and all key personnel), on http://mahatenders.gov.in Further,
the bidders shall follow the operating procedure as may be prescribed on the said
website.
8. Contractor Shall submit bar chart/CPM/PERT this work by visiting site and taking
review of the work within fifteen days after receiving letter regarding performance
security.
If contractor fails to do so then 1% amount shall be deducted from each running bill.
Progress of work shall be monitored as per approved bar chart by the competent
authority (i.e. E.E./S.E. or C.E.) after scrutiny of the bar chart/CPM/PERT submitted
by contractor. If progress is satisfactory, then 75% amount deducted Shall be returned
to contractor and remaining 25% amounts shall be forfeited to Government.
=
+

Contractor No Of Correction Executive Engineer 5


Instruction to Bidders
TENDERING PROCEDURE :

1.1 A. Blank Tender Forms

Bidding documents can be purchased/down loaded from the e-Tendering Portal of Public Works Department,
Government of Maharashtra i.e. https:// mahatenders. gov.in after paying Tender Fees via online mode
as per the Tender Schedule.

1.1.1 If it is not possible on line to download the drawings, the set of drawing may be supplied to the
bidders in "Hard Copy" by the Department, on Proof of receipt of payment towards cost of bidding
documents as per the tender schedule

1.1.2 The bid submitted by the bidder shall be unconditional. Conditional bids shall be summarily
REJECTED.

1.1.3 All bidders are cautioned that bids containing any deviation from the contractual terms and
conditions, specifications or other requirements and conditional bids will be treated as non-
responsive. The bidder should clearly mention in forwarding letter that his offer (in
envelope No. 1& 2) does not contain any conditions, deviations from terms and
conditions stipulated in the tender.
1.1.4 Bidders should have valid Class-II/III Digital Signature Certificate (DSC) obtained from
any Certifying Authorities.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call the
below numbers: Contact Us (NIC) The 24x7 Toll Free Telephonic Help Desk
Number 1800 3070 2232
Mobile Number +91787807985/86
Mobile Number +7878007972/731.2.8
1.2 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works
Department is available at E-Tendering portal of P.W. Department i.e.
https://mahatenders.gov.in The bidder shall obtain clarification/help from assistance mentioned
in para 1.2.7 No grievances /claims will be entertained on failure of submission of online bid.

A. Pre-requisites to participate in the Bidding processed by PWD:

1. Enrollment and Empanelment of Contractors on Electronic Tendering System:


The Contractors interested in participating in the Bids of Public Works Department
processed using the Electronic Tendering System shall be required to enroll on the
Electronic Tendering System to obtain User ID.
After submission of application for enrolment on the System, the application information
shall be verified by the Authorized Representative of the Service Provider. If the
information is found to be complete, the enrolment submitted by the Vendor shall be
approved.

For participating in Limited and Restricted tenders the registered vendors have to apply for
empanelment on the sub-portal of PWD in an appropriate class of registration. The
empanelment will have to be approved by the respective officer from the PWD. Only
empanelled vendors will be allowed to participate in such bids.

Contractor No Of Correction Executive Engineer 6


The Contractors may obtain the necessary information on the process of enrolment and
empanelment either from Helpdesk Support Team or may visit the information published
under the link Enroll under the section E-Tendering Toolkit for Bidders on the Home Page
of the Electronic Tendering System.

2. Obtaining a Digital Certificate :


The Bid Data that is prepared online is required to be encrypted and the hash value of the
Bid Data is required to be signed electronically using a Digital Certificate (Class — II or
Class — Ill). This is required to maintain the security of the Bid Data and also to establish
the identity of the Contractor transacting on the System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value during the
Bid Preparation and Hash Submission stage. In case during the process of preparing and
submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature
Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she
may not be able to submit the Bid online. Hence, the Users are advised to store his / her
Digital Certificate securely and if possible, keep a backup at safe place under adequate
security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorized User of a
Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to
a no objection certificate / power of attorney to that User to submit the bid on behalf of the
Partnership Firm. The Partnership Firm has to authorize a specific individual via an
authorization certificate signed by a partner of the firm (and in case the applicant is a
partner, another partner in the same form is required to authorize) to use the digital
certificate as per Indian Information Technology Act, 2000.
Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority
of the Authority User to bid on behalf of the Firm for the Tenders processed on the
Electronic Tender Management System of Government of Maharashtra as per Indian
Information Technology Act, 2000. The Digital Signature of this Authorized User will be
binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the
Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply
for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature
Certificate will remain the same for the new Authorized User.
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the Director
of the Company or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the may visit
the section Digital Certificate on the Home Page of the Electronic Tendering System.
3. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.
4. Set up of Computer System for executing the operations on the Electronic Tendering
System:
To operate on the Electronic Tendering System of Government of Maharashtra, the
Computer System of the Contractors is required be set up. The Contractors are required to
Contractor No Of Correction Executive Engineer 7
install Utilities available under the section Mandatory Installation Components on the
Home Page of the System.
The Utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online
on the Home Page to understand the process of setting up the System, or alternatively,
contact the Helpdesk Support Team on information / guidance on the process of setting up
the System.
B. Steps to be followed by Contractors to participate in e-Tenders processed by PWD
1. Preparation of online Briefcase :
All Technical Document must be Scanned & Uploaded in RAR/PDF Format.
2. Online viewing of Detailed Notice Inviting Tenders:
The Bidders can view the Detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-
Tendering Portal on https://mahatenders.gov.in under the section Recent Online
Tender.
3. Download of Tender Documents:
The Pre-qualification/Main Bidding Documents are available for free downloading.
However to participate in the online tender, the bidder must purchase the bidding
documents via online mode by filling the cost of Tender Form Fee.
4. Online Bid
For BID SECURUTY payment, If bidder use Online Net Banking mode Only.
Bidder will have to validate the BID SECURUTY payment as a last stage of bid
preparation. If the payment is not realized with bank, in that case system will not be
able to validate the payment and will not allow the bidder to complete his Bid
Preparation stage resulting in nonparticipation in the aforesaid e-Tender.
a. Digitally signing the documents to be uploaded
The contractor can scan the documents in PDF/RAR format. Avoid scanning the
document in OTHER format. It is mandatory to upload all the documents with
digital signature using PDF/RAR Format.
5. Short listing of Bidders for Financial Bidding Process:
The Tendering Authority will first open the Technical Bid documents of all Bidders and
after scrutinizing these documents will shortlist the Bidders who are eligible for Financial
Bidding Process. The shortlisted Bidders will be intimated by email.

6. Opening of the Financial Bids :


The Bidders may remain present in the Office of the Tender Opening Authority at the time
of opening of Financial Bids. However, the results of the Financial Bids of all Bidders shall
be available on the PWD e-Tendering Portal immediately after the completion of opening
process.
7. Tender Schedule (Key Dates) :
The Bidders are strictly advised to follow the Dates and Times allocated to each stage under
the column "Contractor Stage" as indicated in the Time Schedule in the Detailed Tender
Notice for the Tender. All the online activities are time tracked and the Electronic Tendering
System enforces time- locks that ensure that no activity or transaction can take place outside
the Start and End Dates and Time of the stage as defined in the BId Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may
be extended.

Contractor No Of Correction Executive Engineer 8


C. Terms and Conditions For Online-Payments
Cost of bidding documents & BID SECURUTY Must be Paid Online Net banking mode
Only.
General Terms and Conditions For E-Payment
1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant's
website and avail the Services.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as
well as any directives/ procedures of Government of India, and nothing contained in these
Terms and Conditions shall be in derogation of Merchant's right to comply with any law
enforcement agencies request or requirements relating to any User's use of the website or
information provided to or gathered by Merchant with respect to such use. Each User
accepts and agrees that the provision of details of his/ her use of the Website to regulators or
police or to any other third party in order to resolve disputes or complaints which relate to
the Website shall be at the absolute discretion of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or unenforceable
pursuant to applicable law including, but not limited to, the warranty disclaimers and
liability limitations set forth herein, then the invalid or unenforceable provision will be
deemed superseded by a valid, enforceable provision that most closely matches the intent of
the original provision and the remainder of these Terms and Conditions shall continue in
effect.
4. These Terms and Conditions constitute the entire agreement between the User and
Merchant. These Terms and Conditions supersede all prior or contemporaneous
communications and proposals, whether electronic, oral, or written, between the User and
Merchant. A printed version of these Terms and Conditions and of any notice given in
electronic form shall be admissible in judicial or administrative proceedings based upon or
relating to these Terms and Conditions to the same extent and subject to the same conditions
as other business documents and records originally generated and maintained in printed
form.
5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in
the ordinary course of business of Merchant and/or the Payment Gateway Service Providers
with regard to transactions covered under these Terms and Conditions and matters therein
appearing shall be binding on the User and shall be conclusive proof of the genuineness and
accuracy of the transaction.
6. Refund For Charge Back Transaction: In the event there is any claim for/ of charge back
by the User for any reason whatsoever, such User shall immediately approach Merchant
with his/ her claim details and claim refund from Merchant alone. Such refund (if any) shall
be effected only by Merchant via payment gateway or by means of a demand draft or such
other means as Merchant deems appropriate. No claims for refund/ charge back shall be
made by any User to the Payment Gateway Service Provider(s) and in the event such claim
is made it shall not be entertained.
7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and settled
credit card or net banking purchase transaction(s) which are at any time refused, debited or
charged back to merchant account (and shall also include similar debits to Payment Gateway
Service Provider's accounts, if any) by the acquiring bank or credit card company for any
reason whatsoever, together with the bank fees, penalties and other charges incidental
thereto.

8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for

Contractor No Of Correction Executive Engineer 9


any fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent
individual/party and such issues shall be suitably addressed by Merchant alone in line with
their policies and rules.

9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service
Provider's webpage, that is linked to the Website, is experiencing any server related issues
like 'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second
payment,, check whether his/her Bank Account has been debited or not and accordingly
resort to one of the following options:

i. In case the Bank Account appears to be debited, ensure that he/ she does not make the
payment twice and immediately thereafter contact Merchant via e-mail or any other mode of
contact as provided by Merchant to confirm payment.

ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make
payment.
However, the User agrees that under no circumstances the Payment Gateway Service
Provider shall be held responsible for such fraudulent/duplicate transactions and hence no
claims should be raised to Payment Gateway Service Provider No communication received
by the Payment Gateway Service Provider(s) in this regard shall be entertained by the
Payment Gateway Service Provider.

Limitation of Liability :
1. Merchant has made this Service available to the User as a matter of convenience. Merchant
expressly disclaims any claim or liability arising out of the provision of this Service. The
User agrees and acknowledges that he/ she shall be solely responsible for his/ her conduct
and that Merchant reserves the right to terminate the rights to use of the Service immediately
without giving any prior notice thereof.

2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b) the
transmission or delivery of any such data, information or message; or (c) any

loss or damage arising from or occasioned by any such inaccuracy, error, delay or omission,
non-performance or interruption in any such data, information or message. Under no
circumstances shall the Merchant and/or the Payment Gateway Service Providers, its
employees, directors, and its third party agents involved in processing, delivering or
managing the Services, be liable for any direct, indirect, incidental, special or consequential
damages, or any damages whatsoever, including punitive or exemplary arising out of or in
any way connected with the provision of or any inadequacy or deficiency in the provision of
the Services or resulting from unauthorized access or alteration of transmissions of data or
arising from suspension or termination of the Services.

3. The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever
for any monetary or other damage suffered by the User on account of:
(I) The delay, failure, interruption, or corruption of any data or other information
transmitted in connection with use of the Payment Gateway or Services in
connection thereto; and! or (ii) Any interruption or errors in the operation of the
Payment Gateway.

4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and
Contractor No Of Correction Executive Engineer 10
Merchant and their respective officers, directors, agents, and employees, from any claim or
demand, or actions arising out of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for
any loss or damages arising from your use of, or reliance upon the information contained on
the Website, or any failure to comply with these Terms and Conditions where such failure is
due to circumstance beyond Merchant's reasonable control.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.

2. The User agrees, understands and confirms that his/ her personal data including without
limitation details relating to debit card/ credit card transmitted over the Internet may be
susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment
Gateway Service Provider(s) have no control over such matters.

3. Although all reasonable care has been taken towards guarding against unauthorized use of
any information transmitted by the User, Merchant does not represent or guarantee that the
use of the Services provided by/ through it will not result in theft and/or unauthorized use of
data over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates
shall not be liable, at any time, for any failure of performance, error, omission, interruption,
deletion, defect, delay in operation or transmission, computer virus, communications line
failure, theft or destruction or unauthorized access to, alteration of, or use of information
contained on the Website.
5. The User may be required to create his/ her own User ID and Password in order to register
and/ or use the Services provided by Merchant on the Website. By accepting these Terms
and Conditions the User agrees that his! her User ID and Password are very important pieces
of information and it shall be the User's own responsibility to keep them secure and
confidential. In furtherance hereof, the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and Password.
The User is hereby informed that Merchant will never ask the User for the User's
password in an unsolicited phone call or in an unsolicited email. The User is hereby
required to sign out of his! her Merchant account on the Website and close the web
browser window when the transaction(s) have been completed. This is to ensure that
others cannot access the User's personal information and correspondence when the
User happens to share a computer with someone else or is using a computer in a
public place like a library or Internet cafe.

Debit/Credit Card, Bank Account Details


1. The User agrees that the debit/credit card details provided by him/ her for use of the
aforesaid Service(s) must be correct and accurate and that the User shall not use a debit/
credit card, that is not lawfully owned by him/ her or the use of which is not authorized by
the lawful owner thereof. The User further agrees and undertakes to provide correct and
valid debit/credit card details.
2. The User may make his/ her payment (Cost of bidding documents & BID SECURUTY) to
Merchant by using a debit/credit card or through online banking account. The User warrants,
Contractor No Of Correction Executive Engineer 11
agrees and confirms that when he/ she initiates a payment transaction and/or issues an online
payment instruction and provides his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card, bank account
for such transactions;
ii. The User is responsible to ensure that the card/ bank account details provided by
him/ her are accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the payment of
Tender Fee and Earnest Money Deposit.
iv. The User is responsible to ensure sufficient credit is available on the nominated card/
bank account at the time of making the payment to permit the payment of the dues
payable or the bill(s) selected by the User inclusive of the applicable Fee.
Personal Information :
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the
Payment Gateway Service Provider(s) may also collect, use and disclose personal
information in connection with security related or law enforcement investigations or in the
course of cooperating with authorities or complying with legal requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply release of
information therein/ therewith to Merchant. The User agrees to be contacted via e-mail on
such mails initiated by him/ her.
5. In addition to the information already in the possession of Merchant and/ or the Payment
Gateway Service Provider(s), Merchant may have collected similar information from the
User in the past. By entering the Website the User consents to the terms of Merchant's
information privacy policy and to our continued use of previously collected information. By
submitting the User's personal information to us, the User will be treated as having given
his/her permission for the processing of the User's personal data as set out herein.
6. The User acknowledges and agrees that his/ her information will be managed in accordance
with the laws for the time in force.
Payment Gateway Disclaimer :
The Service is provided in order to facilitate payment of Cost of bidding documents & BID
SECURUTY online. The Merchant or the Payment Gateway Service Provider(s) do not
make any representation of any kind, express or implied, as to the operation of the Payment
Gateway other than what is specified in the Website for this purpose. By accepting/ agreeing
to these Terms and Conditions, the User expressly agrees that his/ her use of the aforesaid
online payment service is entirely at own risk and responsibility of the User.
2 TENDERING PROCEDURE : -
2.1 Issue of Blank Tender Forms.
Tender Forms can be purchased from the e-Tendering Portal of Public Works Department,
Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in after paying Tender
Fees via online mode as per the Tender Schedule.
2.2 Bid Security :-

i) Bid Security shall be paid online using NEFT / RTG or payment gateway mode or In the
form of Online /RTGS /NEFT/RTGS or payment Gate way mode or in the form of DD/ FDR
/BG.DD/ FDR /BG.in the name of EE Public Works Division No I, Gondia only. Bid Security in
the form of cheques or any other form except above will not be accepted.
ii) Tenderer of those who do not deposit Bid Security y in one of the above acceptable form
shall be summarily rejected.
iii) The amount of earnest money will be refunded to the unsuccessful tenderers on deciding
Contractor No Of Correction Executive Engineer 12
about the acceptance or otherwise of the tender or on lapsing of the validity period,
whichever is earlier. In case of successful tenderer, it will be refunded on his payment of
initial Security Deposit will be adjusted towards a part of security deposit to be paid after
awarding of the work. If successful tenderer does not pay the Security Deposit in the
prescribed time limit, and complete the agreement bond, his earnest money deposit will
be forfeited to the Government.
iv) In case of Joint Venture, Bid Security shall be paid via online using NEFT/RTGS or
payment gateway mode. The Security Deposit, additional security deposit etc. in the form
of T.D.R./F.D.R. issued in the name of Joint Venture Company drawn by scheduled bank
having branches in Maharashtra and pledged, in the name of Executive Engineer,
Public Works Division No I, Gondia for the period of one year will be considered.
2.3 PRE-TENDER CONFERENCE: -
2.3.1 Pre-tender conference is open to all prospective tenderer who have downloaded tender
form before the date of Pre-tender Conference. The Pre-tender conference will be held
wherein prospective Tenderers will have an opportunity to obtain clarifications regarding the
work and the Tender Conditions.
2.32 The prospective contractor shall post their queries either in writing or orally
concerning the work, and the reply to the same shall be uploaded on the portal
http://pwd.maha.etenders.in and this clarification referred to as Common Set of
Conditions/Deviations (C.S.D.), shall form part of tender documents and which
will also be common and applicable to all tenderer. The point/points if any
raised in writing and/or verbally/ online by the contractor in pretender conference
and not finding place in C.S.D. issued after the pre- bid conference, is/are deem to
be rejected. In such case the provision in NIT shall prevail. No further
correspondence will be made thereafter with the contractor in this regard.
2.3.3 The tender submitted by the tenderer shall be based on the C.S.D. issued by
dept if any.
2.3.4 All tenderers are cautioned that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will
be treated as non responsive.
2.3.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested
Bidders should go to http://maha.etenders.in/mah/DigitaICertLasp and follow the
procedure mentioned in the document 'Procedure for application of Digital Certificate'.

2.4. SUBMISSION OF TENDER:-


Refer to Section 'Guidelines to Bidders on the operations of Electronic Tendering
System of Public Works Department'
2.5 OPENING OF TENDER :-
On the date specified in the Tender Schedule following procedure will be adopted.

2.6. ENVELOPE No.1 :- ( Documents)


First of all Envelope No.1 of the tender will be opened online to verify its contents
as per requirements. If the various documents contained in this envelope do not
Contractor No Of Correction Executive Engineer 13
meet the requirements of the Department, a note will be recorded accordingly by
the tender opening authority and the said tenderers Envelope No. 2 will not be
considered for further action and the same will be recorded. The decision of the
tender opening authority in this regard will be final and binding on the contractors.
2.7 ENVELOPE No.2: (Financial Bid)
This envelope shall be opened online immediately after opening of Envelope
No.1,only if contents of Envelope No.1 are found to be acceptable to the Departme nt.
The tendered rates in Schedule 'B' or percentage above / below the estimated
rates shall then be read out in the presence of bidders who remain present at the
time of opening of Envelope No.2.
Offer to be submitted online. The t enderer shall enter his in figures
The contractor shall quote their off er as per details given in the main tender and
also based on the detailed set of conditions issued/Additional stipulations made by
the Department as informed to him by a letter from Chief Engineer/Superintending
Engineer after Pre-Tender Conference. Tenderer quote their offer only
unconditional.
2.8 Disqualification
Even through the tenderer meet the qualification criteria, they are subject to be disqualified if
they have,
1.8.1 Made misleading or false representation in the form / statement, submitted,
and / or record of poor performance such as abandoning the works
rescinding of contract for which reasons are attributable to the non
performance of the contractor, constant history of litigation awarded against
the applicant or financial failure due to bankruptcy.
1.8.2 The rescinding of contract of a joint venture and account of reasons other
than non-performance, such as Most Experienced partner of joint venture
pulling out, court directions leading breaking up to a joint venture before the
start of work, which are not attributable to the poor performance of the
contractor will, however not affect the qualification of the individual partners
1.8.3 In the tender process , if the lowest offer is more than 10% below the cost put
to tender, the tender calling authority shall obtain the detailed justification
and planning of executing the work at such lower rate from the concerned
contractor and based on that shall ensure the possibility of completing the
work at the offered lowest rate.
1.8.4 The offer in envelope 2 without demand Draft/Bank Guarantee of
appropriate amount of performance security shall be treated as invalid offer

Contractor No Of Correction Executive Engineer 14


SECTION 1 – INSTRUCTIONS TO BIDDERS (ITB)

Table of Clauses
Page No. Page No.
A. General D. Submission of Bids
1. Scope of Bid 19. Sealing and Marking of Bids

2. Sources of Funds 20. Deadline for Submission of Bids

3. Eligible Bidders 21. Late Bids

4. Qualification of the Bidder 22. Modification and Withdrawal of

5. One Bid per Bidder Bids

6. Cost of Bidding

7. Site Visit E. Bid Opening and Evaluation

23. Bid Opening

B. Bidding Documents 24. Process to be Confidential

8. Content of Bidding 25. Clarification of Financial Bids

Documents 26. Examination of Bids and

9. Determination of
Clarification of Bidding
Responsiveness
Documents 27. Correction of Errors

10. Amendment of Bidding 28. Deleted

Documents 29. Evaluation and Comparison

of Financial Bids
C. Preparation of Bids 30. Deleted

11. Language of Bid F. Award of Contract

12. Documents Comprising the Bid 31. Award Criteria

13. Bid Prices 32. Employer‟s Right to Accept any

14. Currencies of Bid and Payment Bid and to Reject any or all
Bids
15 Bid Validity 33. Notification of Award and Signing

16 Bid Security of Agreement

17. Alternative Proposals 34. Performance Security

by Bidders 35. Advance Payment and Security

18. Format and Signing of Bid 36. Dispute Review Expert

37. Corrupt or Fraudulent Practices

Contractor No Of Correction Executive Engineer 15


A. GENERAL

1. Scope of Bid
1.1 The Employer (named in Appendix to ITB) invites bids for the constructions of works (as defined
in these documents and referred to as “the works”) detailed in the table given in IFB. The
bidders may submit bids for any or all of the works detailed in the table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended completion date
specified in the Contract data.
1.3 Throughout these bidding documents, the terms „bid‟ and „tender‟ and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.
2. Sources of Funds
2.1 The expenditure on this project will be met from the budget of Govt. of Maharashtra. Or other
sources
3. Eligible Bidders
3.1 This invitation for Bids is open to all bidders.
3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, A firm that has
been engaged by the Employer to provide consulting services for the preparation of supervision
of the works, and any of its affiliates, shall not be eligible to bid.

4. Qualification of the Bidder


4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary
description of the proposed work method and schedule, including drawings and charts, as
necessary. The proposed methodology should include programme of construction backed with
equipment planning and deployment duly supported with broad calculations and quality
assurance procedures proposed to be adopted justifying their capability of execution and
completion of work as per technical specifications, within stipulated period of completion.

4.2 All bidders shall include the following information and documents with their bids in Section 2.
(a) Copies of original documents defining the constitution or legal status, place of registration
under partnership or companies Act and principal place of business, written power of
attorney of the signatory of the Bid to commit the Bidder ;
(b) Total monetary value of construction work performed for each of the last Five years ;
(c) Experience in works of a similar nature and size for each of the last Five years and
details of works underway or contractually committed and clients who may be contacted
for further information on those contracts ;
(d) Major items of construction equipment proposed to carry out the Contract.
(e) Qualifications and experience of key site management and technical personnel proposed
for contract;
(f) Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor‟s reports for the past Five years ;
(g) Evidence of access to line(s) of credit and availability of other financial resources
facilities (10% of contract value) certified by the Bankers. (Not more than 3 months old)
(h) Undertaking that the bidder will be able to invest a minimum cash upto 25% of contract
value of work during implementation of work ;
(i) Authority to seek references from the Bidder‟s bankers ;
(j) Information regarding any litigation, current or during the last five years, in which the
Bidder is involved, the parties concerned and disputed amount ;
(k) Proposals for subcontracting components of the Works amounting to more than 10
percent of the Bid Price (for each, the qualifications and experience of the identified sub
contractor in the relevant field should be annexed); and

Contractor No Of Correction Executive Engineer 16


(l) The proposed methodology and programme of construction, backed with equipment
planning and deployment, duly supported with broad calculations and quality control
procedures proposed to be adopted, justifying their capability of execution and
completion of the work as per technical specifications within the stipulated period of
completion as per milestones.
4.3 Bids from Joint ventures are acceptable
Tender by joint venture of two or more registered /unregistered contractors.
1. Two or more contractors registered with Government of Maharashtra or unregistered contractor
/individual /firm can form a Joint Venture (JV) to bid for the work subject to following conditions
2 The JV for the whole period of the contract work including defect liability period.
3 The JV shall neither be dissolved nor can any partner retire till all liabilities of the contract work is
liquidated and till the expiry of defect liability period.
4 The JV shall nominate one lead partner who is registered in highest class / higher work done as
contractor amongst the partners of JV, and whose share in the partnership shall not be less than
50%.in the JV.
5 No partner in the JV shall have a share less than 20% in the JV.
6 The share of each partner in the JV shall be in proportion to their capacity to tender for works
according to their class of registration /Capacity of Work done to bid for work.
7 The capacity of the JV to bid for the tender will be that of the contractor registered in highest
class./work done capacity
8 The annual turnover, work in hand, items of important works shall be computed on the basis of
total of all partners in the JV.
9 The qualification regarding similar type of work can be fulfilled by any partner of the JV.
10 All the documents required to be uploaded by bidder in envelope number 1 shall be applicable to
each partner of JV.
11 The contractor shall take care to see that all required documents like certificate of turnover,
registration etc. and other of every partner of JV is uploaded in envelope number 1. If any
document of any partner is not uploaded, the tender of JV is likely to be summarily rejected.
12 All online activities of e tendering shall be performed by the lead partner and in his name.
13 No partner in JV shall be permitted to bid for the same work on the basis of his individual
registration.

14 For participating in bid they shall register online in the name of joint Venture on the "
http://pwd.maha.etenders.in " " .
15 The Empanelment on "http://pwd.maha.etenders.in " shall be only for this work.

16 In case of Joint Venture, the scanned & digitally signed copy of notarized Joint Venture
(partnership) deed , as acceptable to Register of firms ,shall be submitted in Envelop No. 1 .If
joint venture firm is found lowest at the time of opening of bids, the tenderer shall register the joint
venture with the Registrar of Firm and submit the same to the Engineer- in-charge within 45
days from the date of opening of tender, failing which his bid shall be considered on
responsive and the Bid Security shall be forfeited.
17 The registration of Joint venture deed with the registrar of firms shall be mandatory in case the
work is allotted

4.4 A. To qualify for award of the contract, each bidder in its name should have in
the last Five years as referred to in Appendix.

(a) Achieved a Maximum annual financial turnover during last five years not less than
650.00 lakhs (in all classes of civil engineering construction works only) amount

Contractor No Of Correction Executive Engineer 17


indicated in Appendix

(b) Satisfactorily completed (not less than 30% of contract value) during the last Five
years, as a prime contractor at least one Building work value not less than 30% of
project cost i.e .390.00 lakhs at price level 2017-18 (Amount indicated in Appendix)

The works may have been executed by the Applicant as prime contractor or as a
member of joint venture or sub contractor. As sub contractor, he should have acquired
the experience of execution of all major items of works under the proposed contract.

In case a project has been executed by a joint venture, weightage towards experience
of the project would be given to each joint venture in proportion to their participation in
the joint venture.
(c) Executed in anyone year of (during the last Five years) , the minimum quantities of the
following items of work as indicated in Appendix. (30 %) *

S. No. Item of work Quantity Unit


Concrete M-20 and Above 1200.00
(i) CUM
Bricks Works 600.00
(ii) Cum
Flooring all type 2500.00
(iii) Sqm
For (a) above the tenderer shall provide authenticated proof of information given therein. This
shall include a certificate from his Chartered Accountant.

For (b) and (c) above, the criteria mentioned is for works carried out in Govt. / Semi Govt.
Bodies such as MHADA, MSEDCL, MIDC, CIDCO. For other than Govt. / Semi Govt.
works the criteria of amount of single work and quantities above shall be double of the
mentioned above. Certificates are required to be obtained from the officer not below the rank
of Executive Engineer (Work Carried out in Govt/ Semi Govt Bodies such as MHADA,
MSECDL, MIDC, CIDCO) or equivalent competent authority in case of local bodies. In case of
other than Govt./ Semi Govt. /PSUs / Autonomous Bodies etc., certificates are required to be
obtained from Director / CEO / or Office in Charge of Project or equivalent.

B. Each bidder should further demonstrate:


(a) availability (owned ) of the following key and critical equipment for this work:

Based on the studies, carried out by the Engineer the minimum suggested major equipment to
attain the completion of works in accordance with the prescribed construction schedule are
shown in the Annexure-I.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed
construction planning and methodology supported with layout and necessary drawings and
calculations (detailed) as stated in clause 4.3 (1) above to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be shown in the
proposals along with the cycle time for each operation for the given production capacity to match
the requirements.
(b) availability for this work of personnel with adequate experience as required; as per
Annexure-II.
(c) liquid assets and/or availability of credit facilities of no less than amount indicated
in Appendix
(Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc. -
Contractor No Of Correction Executive Engineer 18
usually the equivalent of the estimated cash flow for 3 months in peak construction period.)

C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in
the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate
of the qualifying criteria for the individual contracts.
4.5 Sub-contractors' experience and resources shall not 'be taken into account in determining the
bidder's compliance with the qualifying criteria except to the extent stated in 4.5 (A) above.
4.6 Bidders who meet the minimum qualification criteria will be qualified only if their available bid
capacity is more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*2 - B )
where

A =Maximum value of civil engineering works executed in anyone year during the last
Five years
(updated to the price level of the year indicated in Appendix) taking into account
the completed as well as works in progress.

N =Number of years prescribed for completion of the works for which bids are invited.

B= Value (updated to the price level of the year indicated in Appendix) of


existing commitments and on-going works to be completed during the next 1.50 Years
(period of completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-going works as
well as the stipulated period of completion remaining for each of the works listed
should be countersigned by the Engineer in charge, not below the rank of an
Executive Engineer or equivalent.

4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have:
- made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or

- participated in the previous bidding for the same work and had quoted unreasonably high
bid prices and could not furnish rational justification to the employer.

5.0 One Bid per Bidder

5.1 Each bidder shall submit only one bid for one work. A bidder who submits or participates in
more than one Bid (other than as a subcontractor or in cases of alternatives that have been
permitted or requested) will cause all the proposals with the Bidder's participation to be
disqualified.

6.0 Cost of Bidding

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

7.0 Site Visit

7.1. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the

Contractor No Of Correction Executive Engineer 19


Site of Works and its surroundings and obtain all information that may be necessary for
preparing the Bid and entering into a contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder's own expense.

7.2 ADDITIONAL PERFORMANCE SECURITY; -

Demand Draft/Bank Guarantee/FDR for Additional Performance Security Deposit for


Quoting Offer More than 1% below the tender cost.
If the bidder intends to quote his offer below more than 1 % of the Bid cost of the department then such
bidder should upload a Demand Draft /Bank Guarantee/FDR (in the form as prescribed by Government)
from any Schedule Bank or Nationalized Bank against Performance Security in Envelope No. 2 as
mentioned below.

A) If the Bidder intends to quote his offer below more than 1 % upto 10 % of the estimated cost put to
Bid then he should submit a Demand Draft/ Bank Guarantee amounting to 1% of the Bid cost of the
department towards Performance Security and scanned copy of Demand Draft / Bank Guarantee/FDR
shall be uploaded in Envelope No. 2.
B) If the Bidder intends to quote his offer more than 10 % below the estimated cost put to
Bid then he should submit Performance security 1 % for every percent after 10 % below
percentage in addition to the cost of 1% performance security mentioned above clause A for
quoting below offer, scanned copy of Demand Draft/Bank Guarantee/FDR shall be
uploaded in Envelope No. 2.

(eg. If Bidder quotes his offer 14 % below the estimated cost put to bid, then he should submit 14 - 10
= 4 % Additional Performance security + 1% Performance security = 5 % amount of the cost put to
bid as a total Performance Security.)

If the amount of Performance Security as required above (under A & B) is not submitted by the
bidder along with Envelope No. 2, then his offer will be treated as ''Non Responsive" and will not be
considered.

1) Such Demand Draft /Bank Guarantee/FDR shall strictly issued only by the Nationalized Bank or
Scheduled Bank in favour of in the Executive Engineer Public Works Division No I, Gondia . Bank
Guarantee shall be valid up to more than 1 month from the period of Completion

2) The Demand Draft /Bank Guarantee/FDR should bear the MICR and IFSC Code Number of the
issuing bank.

3) The scanned copy of this Demand Draft/ Bank Guarantee/FDR shall be uploaded in Envelope No.2,
(Financial Offer) of the bid. The Hard Copy of this Draft Bank Guarantee shall be submitted in the
office of the concerned Executive Engineer in "sealed envelope No II" within 72 hours from the date of
Control Transfer( a per on line tender schedule) of bid. The bidder shall write the 'Name of Work,' 'E-
Tender No.' and 'Tender Notice No.' on such sealed envelope addressed to the concerned Executive
Engineer.

4) If such contractor will not comply the stipulations laid down in the bid and not qualified for the opening
of his financial offer (Envelope No.2) the Demand Draft /Bank Guarantee /FDR of such bidder shall be
returned within 7 days after the date of opening of the bid.

5) If the bidder comply the stipulations laid down in the tender and qualified for the opening of his financial
offer (Envelope No.2) then the Demand Draft/ Bank Guarantee/FDR of the other bidders (other than 1st
and 2nd lowest bidder) shall be returned within 7 days after the date of opening of the bid.

6) The additional performance security of the 2nd lowest bidder shall be returned within 3 days from the
date of work order.

7) If it is found that the Demand Draft /Bank Guarantee/FDR as above submitted by the bidder is False /
Forged then the Earnest Money submitted by such bidder shall be forfeited and his registration as a

Contractor No Of Correction Executive Engineer 20


contractor of Public Works Department will be suspended & he will be entered in the Black List. This is
also applicable for Unregistered Bidder in such case he will be entered in the Black List.

8) The work order to the successful contractor shall be issued only after the encashment of his Demand
draft/ Or Confirmation of correctness and issue of Bank Guarantee by the concerned Executive
Engineer.

9) The amount of additional performance security of successful contractor shall be refunded within the
period of three months after the date of completion of said work successfully.

Contractor No Of Correction Executive Engineer 21


B. BIDDING DOCUMENTS

8. Content of Bidding Documents


8.1 The set of bidding documents comprises the documents listed below and addenda
issued in accordance with Clause 10.
Section Particulars Volume No.

Invitation for Bids I

1 Instruction to Bidders

2 Qualification information and other forms

3 Conditions of Contract

4 Contract Data

5 Technical Specification II

6 Form of Bid III

7 Bill of Quantities

8 Securities and other forms

9 Drawings IV

10 Documents to be furnished by bidder V

8.2 One copy of each of the volumes I, II, III and IV will be issued to the bidder. Documents to
be furnished by the bidder in compliance to section 2 will be prepared by him and furnished
as Volume-V in two parts (refer clause 12).

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

9. Clarification of Bidding Documents

9.1 A prospective bidders requiring any clarification of the bidding documents may notify the
Employer in writing or by Fax /email at the Employer‟s address indicated in the invitation to
bid before the date and time of the pre-bid meeting specified in the Tender Schedule. The
Employer will respond to any request for clarification which he received, earlier than 3 days
prior to the Bid due date. Copies of the Employer's response will be uploaded in “edit
attachment option” of concern tender on e-tendering portal and viewable to all tenderer,
including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which
will take place at the address, venue, time and date as indicated in NIT.

Contractor No Of Correction Executive Engineer 22


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

9.2.3 The bidder is requested to submit any questions in writing by fax or by e-mail to
reach the Employer well before the date & time of the pre-bid meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying
the source of enquiry) and the responses given will be transmitted by uploading on e-
tender portal without delay for information to all intended bidder. Any modifications of
the bidding documents listed in sub clause 8.1 which may become necessary as a
result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to clause 10 and not through the minutes of the pre-bid meeting.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a
bidder.
10. Amendment of Bidding Documents
10.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by fax or e-mail to all the purchasers of the bidding
documents. Prospective bidders shall acknowledge receipt of each addendum in writing or
by fax or email to the Employer. The Employer will assume no responsibility for postal
delays.
10.3 To give prospective bidders reasonable time in which to take an addendum into account
in preparing their bids, the Employer may, at his discretion, extend as necessary the
deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

Contractor No Of Correction Executive Engineer 23


C. PREPARATION OF BIDS

11. Language of the Bid


11.1 All documents relating to the bid shall be in the English language.
12. Documents Comprising the Bid
12.1 The bid to be submitted by the bidder as Volume V of the bid document (refer Clause8.1)
shall be in two separate parts:

Part I shall be named "Technical Bid" and shall comprise

(i) Bid Security Shall be paid online or In The Form oF DD /FDR/Bank Guarantee
(ii) Qualification Information and supporting documents as specified in Sect. 2.
(iii) Certificates, undertakings, affidavits as specified in Section 2.
(iv) Any other information pursuant to Clause 4.2 of these instructions.
(v) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.

Part II shall be named "Financial Bid" and shall comprise

(i) Form of Bid a specified in Section 6.


(ii) Priced Bill of Quantities for items specified in Section 7.
(iii) Scan Copy of Additional Performance security Deposit ( Demand Draft/ Bank
Guarantee) if the offer is below more than 1%

Each part will be separately sealed and marked in accordance with the Sealing and
Marking Instructions Clause 19.

12.2 The bidder shall prepare two copies of the bid, one copy for on line submission and
other Physical Submission respectively.

12.3 Following documents, which are not submitted with the bid, will be deemed to be
part of the bid.
Section Particulars Volume No.
Invitation for Bids (IFB)
1 Instruction to Bidders Volume I

3 Conditions of Contract

4 Contract Data
5 Specifications Volume II
6 Drawings Volume IV
13 Bid Prices.

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the
priced Bill of Quantities submitted by the Bidder.

13.2 The bidder shall fill rates and prices online in figures only for all items of the Works
described in the Bill of Quantities . Items for which no rate or price is entered by the
bidder will not be paid for by the Employer when executed and shall be deemed covered
by the other rates and prices in the Bill of Quantities. Corrections of any, shall be made
by crossing out, initialing, dating and rewriting.

Contractor No Of Correction Executive Engineer 24


13.3 All duties, taxes and other levies payable by the contractor under the contract, or for any
other cause shall be included in the rates, prices and total Bid Price submitted by the
Bidder.
13.4 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract
including valid Extension.

14.0 Currencies of Bid and Payment


14.1 The unit rates and the Prices shall be quoted by the bidder entirely in Indian Rupees. All
payment shall be made in Indian Rupees.
* Choose one and delete the other

15.0 Bid Validity

15.1. Bids shall remain valid for a period not less than 90 days after the deadline date for bid
submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the
Employer as non-responsive. In case of discrepancy in bid validity period between that
given in the undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted by the
bidder, the latter shall be deemed to stand corrected in accordance with the former and
the bidder has to provide for any additional security that is required.
15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the bidders may extend the period of validity for a specified additional period.
The request and the bidders' responses shall be made in writing or by e mail. A
bidder may refuse the request without forfeiting his bid security. A bidder agreeing to
the request will not be required or permitted to modify his bid except as provided in
hereinafter, but will be required to extend the validity of his bid security for a period of the
extension, and in compliance with Clause 16 in all respects
16.0 Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in
column 4 of the table of IFB for this particular work. This bid security shall be paid
through online only

16.2 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) Sign the Agreement; or


(ii) Furnish the required Performance Security.
17.0 Alternative Proposals by Bidders
17.1 Bidders shall submit offers that fully comply with the requirements of the bidding
documents, including the conditions of contract (including time for completion), basic
technical design as indicated in the drawing and specifications. Conditional offer or
alternative offers will not be considered further in the process of tender evaluation.

Contractor No Of Correction Executive Engineer 25


18.0 Format and Signing of Bid
18.1 The Bidder shall prepare one Online and one copy for physical submission of the
documents comprising the bid as described in Clause 12 of these Instructions to Bidders,
bound with the volume containing the "Technical Bid" and "Financial Bid" in separate
parts and clearly marked "Online" and "Physical" as appropriate. In the event of
discrepancy between them, the Online shall prevail.
18.2 The "Online" and "Physical" copy of the Bid shall be typed or written in indelible ink and
shall be signed by a person or persons duly authorized to sign on behalf of the Bidder,
pursuant to Sub- Clauses 4.3. All pages of the bid where entries or amendments have been
made shall be initialed by the person or persons signing the bid.
18.3 The Bid shall contain no alterations or additions, except those to comply with instructions
issued by the Employer, or as necessary to correct errors made by the bidder, in which
case such corrections shall be initialed by the person or persons signing the bid.

Contractor No Of Correction Executive Engineer 26


D. Online Submission of Bids

18. Bidding through E-Tendering System:


18.1 The bidding under this contract is electronic bid submission through website
http://mahatenders.gov.in Detailed guidelines for viewing bids and submission of online
bids are given on the website. The Invitation for Bids under Public Works Department is
published on this website. Any citizen or prospective bidder can log on to this website and
view the Invitation for Bids and can view the details of works for which bids are invited.
The prospective bidder can submit bids online; however, the bidder is required to have
enrolment/registration in the website and should have valid Digital Signature Certificate
(DSC) in the form of smart card/e- token. The DSC can be obtained from any authorised
certifying agencies. The bidder should register in the web site http://mahatenders.gov.in
using the relevant option available. Then the Digital Signature registration has to be done
with the e-token, after logging into the site. After this, the bidder can login the site through
the secured login by entering the password of the e-token and the user id/ password
chosen during registration. After getting the bid schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise, the bid will be
rejected.

18.2 The completed bid comprising of documents indicated in ITB clause 12, should be
uploaded on the website given above through e-tendering along with scanned copies of
requisite certificates/documents as are mentioned in different sections in the bidding
document and scanned copies of the Bid Documents.

18.3 The bidder shall furnish information as described in the Form of Bid on commissions
or gratuities, if any, paid or to be paid to agents relating to the Bid, and to contract
execution if the bidder is awarded the contract.

19. Electronic Submission of Bids:


19.1 The bidder shall submit online two separate files. Part I, marked as Part I: Technical
Qualification Part and Part II; marked as Part II: Financial Part. The above files will have
markings as given in the Bid Data Sheet. The contents of the Technical Qualification and
Financial bid shall be as specified in clause 12 of the ITB. All the documents are required
to be signed digitally by the bidder. After electronic on line bid submission, the system
generates a unique bid identification number which is time stamped. This shall be treated
as acknowledgement of bid submission.

20. Deadline for Submission of Bids


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

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

20.3 Physical Submission - The bidder shall submit the Hard Copy of Technical Bid and
Financial Bid in Sealed Envelope as Envelope No I as specified in NIT after the Control
Transfer of Bid within 72 hours (excluding public holidays).

21. Late Bids- Not Accepted

Contractor No Of Correction Executive Engineer 27


22. Modification / Withdrawal / Late Bids
22.1 The electronic bidding system would not allow any late submission of bids after due
date and time as per server time.

22.2 Bidders may modify their bids by uploading their request for modification before the
deadline for submission of bids. For this, the bidder need not make any additional payment
towards the cost of tender document. For bid modification and consequential re-
submission, the bidder is not required to withdraw his bid submitted earlier. The last
modified bid submitted by the bidder within the bid submission time shall be considered as
the bid. For this purpose, modification/withdrawal by other means will not be accepted. In
online system of bid submission, the modification and consequential re-submission of bids
is allowed any number of times. The bidders may withdraw his bid by uploading their
request before the deadline for submission of bids; however, if the bid is withdrawn, the re-
submission of the bid is not allowed.

22.3 No bid shall be modified or withdrawn after the deadline of submission of bids.
22.4 DELETED
E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer inviting the bids or its authorised representative will open the bids
online and this could be viewed by the bidders also online. In the event of the specified
date for the Opening of bids being declared a holiday for the Employer, the Bids will be
opened at the appointed time and location on the next working day.

23.2 DELETED

23.3 The file containing the Part-I of the bid will be opened first. The Online "Technical
Bid" shall be opened first. The Bid Security and Cost of Tender Fee documents uploaded
onlines shall be verified with Original documents submitted by bidders as required as per
NIT. The amount, form and validity of the bid security furnished with each bid will be
announced. If the bid security furnished does not conform to the amount and validity
period as specified in the Invitation for Bid (ref. Column 5 and paragraph 3), and has not
been furnished in the form specified in Clause 16, the remaining technical bid online will
not be opened .

23.4.1 (i) Subject to confirmation of the bid security by the issuing Bank, the
bids accompanied with valid bid security will be taken up for evaluation with
respect to the Qualification Information and other information furnished in
Part I of the bid pursuant to Clause 12.1.

(ii) After receipt of confirmation of the bid security, the bidder will be asked in
writing/ online (usually within 10 days of opening of the Technical Bid) to
clarify or modify his technical bid, if necessary, with respect to any rectifiable
defects.
(iii) The bidders will respond in not more than 7 days of issue of the clarification
letter/ online communication, which will also indicate the date, time and venue

Contractor No Of Correction Executive Engineer 28


of opening of the financial Bid. (usually on the 21st day of opening of the
Technical Bid)
(iv) Immediately (usually within 3 or 4 days) on receipt of these clarifications the
Evaluation Committee will finalize the list of responsive bidders whose
financial bids are eligible for consideration.

23.5 Minimum three technically qualified bids are essential for opening of
financial bid. For Works of emergency and urgent nature ,if 2 technically
qualified bids are received, then the same can be processed with the
permission of chief engineer

23.6 In all cases, the amount of Bid Security, cost of bid documents, and the validity of
the bid shall be scrutinized. Thereafter, the bidders‟ names and such other details
as the Employer may consider appropriate, will be notified as Part-I bid opening
summary by the Authority inviting bids at the online opening. A separate electronic
summary of the opening is generated and kept on-line. Any Bid Price or discount
which is not opened will not be taken into account for Bid Evaluation.

23.7 The Employer will also prepare minutes of the Bid opening, including the information
disclosed in accordance with Clause 22.3 of ITB and upload the same for viewing
online.

23.8 Evaluation of Part-I of bids with respect to Bid Security, qualification information
and other information furnished in Part I of the bid in pursuant to Clause 12.1 of ITB, shall
be taken up and completed within seven working days of the date of bid opening, if
possible and a list will be drawn up of the qualified bidders whose Part- II of bids are
eligible for opening.

23.9 (i)The result of evaluation of Part-I of the Bids shall be made public on e-procurement
systems following which there will be a period of two working days during which any bidder
may submit complaint which shall be considered for resolution before opening Part-II of
the bid.

(ii) The Employer shall inform the bidders, who have qualified during evaluation of Part I of
bids, of the date, time of online opening of Part II of the bid, if the specified date of opening
of financial bid is changed. In the event of the specified date being declared a holiday for
the Employer, the bids will may be opened at the appointed time and location on the next
working day.

(iii) Part II of bids of only those bidders will be opened online, who have qualified in Part I
of the bid. The bidders‟ names, the Bid prices, the total amount of each bid, and such
other details as the Employer may consider appropriate will be notified online by the
Employer at the time of bid opening.
(iv) The Employer shall prepare the minutes of the online opening of Part-II of the Bids
and upload the same for viewing online.
24. Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation, and comparison of
bids and recommendations for the award of a contract shall not be disclosed to bidders or
any other persons not officially concerned with such process until the award to the
successful Bidder has been announced. Any attempt by a Bidder to influence the
Employer‟s processing of bids or award decisions may result in the rejection of his Bid.
25. Clarification of Bids and Contacting the Employer

Contractor No Of Correction Executive Engineer 29


25.1 No Bidder shall contact the Employer on any matter relating to its bid from the time of
the bid opening to the time the contract is awarded. If the bidder wishes to bring additional
information to the notice of the Employer, it should do so in writing.
25.2 Any attempt by the bidder to influence the Employer‟s bid evaluation, bid comparison
or contract award decision may result in the rejection of his bid.
26. Examination of Bids and Determination of Responsiveness

26.1 During the detailed evaluation of “Part-I of Bids”, the Employer will determine whether
each Bid (a) meets the eligibility criteria defined in Clauses 3 and 4; (b) has been properly
signed; (c) is accompanied by the required securities; and (d) is substantially responsive to
the requirements of the bidding documents. During the detailed evaluation of the “Part-II of
Bids”, the responsiveness of the bids will be further determined with respect to the
remaining bid conditions, i.e., priced bill of quantities, technical specifications and
drawings.

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

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the nonconforming
deviation or
reservation.
27. Correction of Errors

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


Employer for any arithmetic errors. Errors will be corrected by the Employer as
follows :
(a) where there is a discrepancy between the rates in figures and in
words, the rate in words will govern ; and
(b) where there is a discrepancy between the unit rate and the line item
total resulting from multiplying the unit rate by the quantity, the unit
rate as quoted will govern.
27.2 The amount stated in the “Financial Bid” will be corrected by the Employer in
accordance with the above procedure and the bid amount adjusted with the
concurrence of the Bidder in the following manner :
(a) If the Bid price increases as a result of these corrections, the
amount as stated in the bid will be the „bid price‟ and the increase
will be treated as rebate;
(b) If the bid price decreases as a result of the corrections, the
decreased amount will be treated as the „bid price‟.
Such adjusted bid price shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected amount the Bid will be rejected and the Bid
Security may be forfeited in accordance with Sub-Clause 16.6(b).

Contractor No Of Correction Executive Engineer 30


28. Deleted
29. Evaluation and Comparison of Bids
29.1 The Employer will evaluate and compare only the bids determined to be substantially
responsive in accordance with Clause 26.2 of ITB.

29.2 In evaluating the bids, the Employer will determine for each Bid, the evaluated Bid
price by adjusting the bid price as follows:
a) Making any correction for errors pursuant to clause 27; or
b) Making an appropriate adjustment for any other acceptable variation, deviations or
c) Making price modifications offered in accordance with sub-clause 23.6 of ITB.

29.3 The Employer reserves the right to accept or reject any variation of deviation.
Variations and deviations and other factors which are in excess of the requirements of the
Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be
taken into account in bid evaluation.
29.4 the estimated effect of the price adjustment condition under clause 47 of the
conditions of contract during the period of implementation of contract, will not be taken into
account in Bid Evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the
Engineer's estimate of the cost of work to be performed under the contract, the Employer
may require the Bidder to produce detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those prices with the construction
methods and schedule proposed. After evaluation of the price analyses, the Employer may
require that the amount of the performance security set forth in Clause 34 be increased at
the expense of the successful Bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful Bidder under the Contract.

29.6 A bid which contains several items in the Bill of Quantities which are unrealistically
price low and which cannot be substantiated satisfactorily by the Bidder, may be rejected
as non-responsive.

30. Deleted

Contractor No Of Correction Executive Engineer 31


F. AWARD OF CONTRACT

31.0 Award Criteria

31.1. Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid
has been determined
(i) to be substantially responsive to the Bidding documents and who has offered
the lowest evaluated Bid Price; and (ii) to be within the available bid capacity adjusted to
account for his bid price which is evaluated the lowest in any of the packages opened
earlier than the one under consideration.
In no case, the contract shall be awarded to any bidder whose available bid capacity
is less than the evaluated bid price, even if the said bid is the lowest evaluated bid. The
contract will in such cases be awarded to the next lowest bidder at his evaluated bid price.
32.0 Employer's Right to accept any Bid and to Reject any or all Bids
32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid,
and to cancel the Bidding process and reject all Bids, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders of the grounds for the Employer's
action.
33.0 Notification of Award and Signing of Agreement
33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer
prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by
registered letter. This letter (hereinafter and in the Conditions of Contract called the
"Letter of Acceptance") will state the sum that the Employer will pay the Contractor in
consideration of the execution, completion, and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the Contract called the
"Contract Price").
33.2. The notification of award will constitute the formation of the Contract, subject only to the
furnishing of a performance security in accordance with the provisions of Clause 34.
33.3. The Agreement will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and sent to the successful Bidder,
within 28 days following the notification of award along with the Letter of Acceptance.
Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to
the Employer.
33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer
will promptly notify the other Bidders that their Bids have been unsuccessful.

34.0 Performance Security

34.1 Total Performance Security 2% (two percent) (50% at the time of Agreement and 50%
from R.A.bills at the rate of 4 % of bill amount till the time full amount is recovered).

Within 10 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Employer a Performance Security in any of the forms given below for an amount
equivalent to 1 % of the Contract price in accordance with Clause 29.5 of ITB and Clause
52 of Conditions of Contract:

Contractor No Of Correction Executive Engineer 32


- a bank guarantee in the form given in Section 8; or
- certified Cheque / Bank Draft as indicated in Appendix.
34.2. If the performance security is provided by the successful Bidder in the form of a Bank
Guarantee, it shall be issued either (a) at the Bidder's option, by a Nationalized
Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the
Employer.
34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid
Security.
35.0 Advance Payment and Security
35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the
Conditions of Contract, subject to maximum amount, as stated in the Contract Data.

36.0 Dispute Review Expert

36.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in
Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as
indicated in Appendix plus reimbursable expenses. If the Bidder disagrees with this
proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer
has not agreed on the appointment of the Dispute Review Expert, the Dispute Review
Expert shall be appointed by the Council of Indian Roads Congress at the request of either
party.

36.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &
Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding
Institutional Arbitration Policy”.

37.0 Corrupt or Fraudulent Practices

37.1 The Employer will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for
the contract in question and will declare the firm ineligible. either indefinitely or for a
stated period of time, to be awarded a contract with National Highways Authority of
India / State PWD and any other agencies, if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for the contractor, or in
execution.

37.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.2
and Sub-Clause 59.2 of the Conditions of Contract.

Contractor No Of Correction Executive Engineer 33


APPENDIX TO ITB
Sr No Description Clause Reference
With respect to
Section – I.
1 Name of the Employer is- [ Cl. 1.1]
Chief Engineer
Public Works Region Civil Line Nagpur
2 The last five year
2017-2018
2016-2017
2015-2016
2014-2015
2013-2014
3 The annual financial turn over amount is – Rs 650.00 lakhs [Cl. 4.5 A(a)]

(in words-Rs Six Crore Fifty Lakhs only

4 Value of work is Rs- 390.00 lakhs [Cl. 4.5 A(b)]


(in words-Rs Three Crore Ninety Lakhs only
5 Quantities of work are ………………….
Item Quantity Unit [Cl. 4.5 A(c)]

Concrete M-20 and Above 1200.00 CUM


Bricks Works 600.00 Cum
Flooring all type 2500.00 Sqm
6 The cost of electric work is Rs…Nil …….. (In Words) [Cl. 4.5 A(d)](Deleted)
7 The cost of water supply/ sanitary work is Rs…Included in Item [Cl. 4.5 A( e )] (Deleted)
NA

8 Liquid assets and/or availability of credit facilities is Rs [Cl. 4.5 B(c)]


66.80 lakhs
(In Words) Sixty Six Lakhs Eighty Thousand only
9 Price level of the financial year -2018-19 [Cl. 4.7) ]
10 The Pre-bid meeting will take place at – Office of Chief [Cl. 9.2.1) ]
Engineer ,Public Works Region Nagpur
On 29.06.2018 at 16.00 hrs
11 The technical bid will be opened online at the Office of the
Superintending Engineer Public Works Circle ,Civil Line
Nagpur
12 Address of the Employer- [Cl. 4.5 A(a)]
Chief Engineer Public Works Region Civil Line Nagpur

Contractor No Of Correction Executive Engineer 34


13 Identification : [Cl. 19.2(b)]
Bid for- Construction of Hostel Building( GF+1) and
training SCHOOL (GF +4 )FOR ANM AND GNM
(EXCLUDING ELECTRIFICATION) AT Gondia ,
District Gondia
Bid Reference : No..
Do not open before -As per NIT

14 The bid should be submitted latest by- As per NIT [Cl. 20.1]

15 The Financial bid will be opened at ---- [Cl. 23.1]


at the office of Superintending Engineer
Public Works Circle ,
Civil Line Nagpur
16 The Bank Guarantee / Draft/ Bank Guarantee in favour of [Cl. 34.1)]
Executive Engineer
Public Works Division No I, Gondia payble at Nagpur
17 The name of Dispute Review Expert is ....Chief Engineer [Cl. 36.1]
Public Works Region Nagpur
18 Escalation factors (for the costof works executed and financial
figure to a common base value for works completed)
Year before Multiply factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61

Contractor No Of Correction Executive Engineer 35


ANNEXURE-I

List of Key Plant &Equipment deployed on Contract Work


[Reference Cl. 4.5 (B) (a)]

Maximum age
S. No Type of Equipment Capacity as on 01.4.2018 Number Required
(Years)
Reversible Drum Type Concrete
Mixer having Minimum Capacity
7-9 cum per hour with integral
weigh batcher and computerized
1 control with automated water 7-9 Cum /Hours 15 Years One Number
dispensing arrangement of any
standard company with SCADA
arrangement /RM-800/RM-1050/
Ready Mix batching Plant

Note:
1. The bidder shall submit documentary evidence of ownership of above machineries.
2. Allowable life of machinery to be used on works –
(1) The life of new machinery will be considered as 15 years.

Contractor No Of Correction Executive Engineer 36


ANNEXURE-II

List of Key Personnel to be deployed on Contract Work [Reference Cl. 4.5 (B) (b)]

SI.NO Personnel Qualification No. of Personnel


B.E. (Civil) / Diploma (Civil) with
1 Site Supervisor (daily) minimum 5 years Experience in Road 1
Construction Work

2 Plant / SCADA system Diploma (Civil) / ITI with minimum 2


supervisor (daily) years experience. 2

1.Bidder shall submit the name and C.V’s of above Personnel in envelope no 1. If CV does’nt fulfill
the requirement of qualification mentioned above , Envelope 2 shall not be opened.

2. The absence of Key Personnel mentioned in the tender at site due to some Genuine reason ,
personnel mention above shall seek the prior written permission from Sub Divisional Engineer In
charge of the Project.

3. For any Change in Personnel, contractor shall obtained prior written approval from Engineer In charge
to replace the personnel with Personnel equal or more qualification

4.If contractor fails to appoints any of the staff mention above at site amount below shown amount
shall be recoverable from the contactor bill

Sr No Personnel Amount Recoverable on


account of non availability of
person
1 Site Supervisor (daily)
Rs 30000/- Per Month
2 Plant / SCADA system supervisor (daily)
Rs 20000/- Per Month

The Site Supervisor Engineer to Supervise/Assist the work on behalf of PWD will be appointed after the

selection by the engineer incharge,The complete right to deploy the concern Engineer in the Jurisdiction of

Engineer Incharge are reserved by the Engineer Incharge,The Supervising Engineer cannot be change

without permission of Engineer Incharge..

Contractor No Of Correction Executive Engineer 37


SECTION 2
QUALIFICATION INFORMATION

Contractor No Of Correction Executive Engineer 38


SECTION – 2
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for purposes of post
qualification as provided for in clause 4 of the Instructions to bidders. This information will not be
incorporated in the contract

1. For Individual Bidders


1.1 Constitution or legal status of Bidder
(Attach Copy)
Place of registration:
Principal place of business:
Power of attorney of signatory of bid
(Attach)

1.2 Total value of civil Engineering

1.3 Construction work performed in the last five years ** β

(Rs. in Crore)

2017-2018 -----------

2016-2017 -----------------

2015-2016 ----------------

2014-2015 ----------------

2013-2014 ----------------

2012-2013 ----------------

1.3.1 Work performed as prime contractor, work performed in the past as a nominated subcontractor
will also be considered provided the Sub-contract involved execution of all main items of work
described in the bid document, provided further that all other qualification criteria are satisfied (in
the same name) on works of a similar nature over the last five years **

Project Name of Description Contract Value of Date of Stipulated Actual date Remarks
Name the of work No. Contract Issue of period of of explaining
Employer (Rs. work completion completion reasons for
* Crore) order * delay &
work
completed

Attach certificate(s) from the Engineer(s)-in-charge. * Immediately


preceding the financial year in which bid are received. β Attach
certificate(s) from Chartered Accountant.

Contractor No Of Correction Executive Engineer 39


1.4 Information on Bid capacity (works for which bids have been submitted and works
which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works :

Descript place & Contract Name & Value of stipulated Value of Anticipated
ion of State No. Address of Contract period of works* date of
work employer (Rs. Cr.) completion remaining completion .
to be
completed
(Rs. Cr.)
1 2 3 4 5 6 7 8

Attach certificate(s) from the Engineer(s)-in-charge.


@ The item of works for which data is requested should tally with that specified in ITB clause 4.5A(C). *
Immediately preceding the financial year in which bid are received. The list is indicative and may be
suitably modified by the DTP approving authority suiting to the requirements of work (Viz.
Buildings/ Bridges/ Roads)
(B) Works for which bids already submitted:
Descriptio Place & Name & Estimated Stipulated Date when Remarks,
nof works State Address of value
of works period of decision is if any
Employer (Rs Cr) completion expected
1 2 3 4 5 6 7

1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works [Ref.
Clause 4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3
(d) of the Instructions to Bidders.
Item of Requirement Availability proposals Remarks(from
Equipment No. Capacity Owned/Leased Nos./Capacity AgelCondition whom
to be procured to be
purchased)

1.6. Qualifications and experience of key personnel required for administration and execution of the
Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause
4.3 (e) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualification Year of Years of experience in the


Experience proposed position
Project Manager (General)

Etc

Contractor No Of Correction Executive Engineer 40


1.7. Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3 (k)]

Sanctions of the Value of Sub-contract Sub-contractor Experience in similar work


works (Name & Address)

Attach copies of certificates on possession of valid license for executing water supply /
sanitary work / building electrification works [Reference Clause 4.5(d) & Clause 4.5 (e)]

*1.8. Financial reports for the last Three years: balance sheets, profit and loss
statements, auditors' reports (in case of companies/corporation), etc. List them
below and attach copies.
1.9 Evidence of access to financial resources to meet the qualification requirements: cash
in hand, lines of credit. etc. List them below and attach copies of support documents.
1.10 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who
may provide references if contacted by the Employer.
1.11 Information on litigation history in which the Bidder is involved.
Other Party (ies) Employer Cause of Dispute Amount involved Remarks showing
Present Status
1.12 Deleted

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings
and charts as necessary to comply with the requirements of the Bidding documents. [Refer
ITB Clause 4.1 & 4.3 (I)]

1.14 Programme

1.15 Quality Assurance Programme

2.0. Deleted

3.0 Additional Requirements


3.1 Bidders should provide any additional information required to fulfill the
requirements of Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking

Contractor No Of Correction Executive Engineer 41


SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES

(CLAUSE 4.2 (i) OF ITB)

BANK CERTIFICATE
( For Works amounting above Rs. 1.50 Crore )

This is to certify that M/S ____________________________________ is a reputed


company with a good financial standing.

If the contract for the work, namely, ___________________________ is awarded to the


above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. ________ -
------------to meet their working capital requirements for executing the above contract.

Signature
Name of Bank
Senior Bank Manager

Address of the Bank______________

(Not required for works costing less than Rs. 1.5 Crores)

Contractor No Of Correction Executive Engineer 42


AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the
required attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm

M/s --------------------------------- have abandoned any work on


Building/Bridges/Roads etc. nor any contract awarded to us for such works have
been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorize (s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by
the Department to verify this statement or regarding my (our) competence and
general reputation.
4. The undersigned understand and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the
Department, Project implementing agency.

(Signed by an Authorised Officer of the Firm)

Title of Officer

Name of Firm

DATE

Contractor No Of Correction Executive Engineer 43


UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ------------------------- would

invest a minimum cash up to 25% of the work during implementation of the Contract.

(Signed by an Authorised Officer of the Firm)

--------------------
Title of Officer

------------------
Name of Firm

-------------------
DATE

Contractor No Of Correction Executive Engineer 44


SECTION 3
CONDITIONS OF CONTRACT

Contractor No Of Correction Executive Engineer 45


Condition of Contract
Table of Contents
Page Page
No No
A. General C. Quality Control

1 Definitions 33 Identifying Defects


2 Interpretation 34 Tests
3 Language and Law 35 Correction of Defects
4 Engineer‟s Decisions 36 Uncorrected Defects
5 Delegation D Cost Control
6 Communications 37 Bill of Quantities
7 Sub-contracting 38 Changes in the Quantities
8 Other Contractors 39 Variations
9 Personnel 40 Payments for Variations
10 Employer‟s & Contractor‟s 41 Cash Flow Forecasts
Risks
11 Employer‟s Risks 42 Payment Certificates
12 Contractor‟s Risks 43 Payments
13 Insurance 44 Compensation Events
14 Site Investigation Reports 45 Tax

15 Queries about the Contract 46 Currencies


Data
16 Contractor to Construct the 47 Price Adjustment
Works
17 The Works to be Completed by 48 Retention
the Intended Completion Date

18 Approval by the Engineer 49 Liquidated Damages

19 Safety 50 Bonus 53
20 Discoveries 51 Advance Payment
21 Possession of the Site 52 Securities
22 Access to the Site 53 Deleted
23 Instructions 54 Cost of Repairs
24 Disputes F Finishing the Contract
25 Procedure for Disputes 55 Completion
26 Replacement of Dispute 56 Taking Over
Review Expert
57 Final Account
58 Operating and Maintenance
Manuals
B Time Control 59 Termination
27 Programme 60 Payment upon Termination
28 Extension of the Intended 61 Property
Completion Date
29 Deleted 62 Release from Performance
30 Delays Ordered by the F Special Conditions of Contract
Engineer
31 Management Meetings G Additional Condition of Contract
32 Early Warning

Contractor No Of Correction Executive Engineer 46


CONDITIONS OF CONTRACT
A. GENERAL
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined terms.
The Adjudicator (synonymous with Institutional Arbitration Policy ) is the person appointed
jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in
Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete and
maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been
accepted by the Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer and includes Technical and Financial bids.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from the
Completion Date.
The Employer is the party who will employ the Contractor to carry out the, Works.
The Engineer is the person named in the Contract Data (or any other competent person
appointed and notified to the contractor to act in replacement of the Engineer) who is responsible for
supervising the Contractor, administering the Contract, certifying payments due to the Contractor,
issuing and valuing Variations to the Contract, awarding extensions of time, and valuing the
Compensation Events.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in
the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are
factual interpretative reports about the surface and sub-surface conditions at the site.

Contractor No Of Correction Executive Engineer 47


Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry
out a part of the work in the Contract which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the Contractor
which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer, which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to
the Employer, as defined in the Contract Data.
2.0 Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have
their normal meaning under the language of the Contract unless specifically defined. The
Engineer will provide instructions clarifying queries about the Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to
the Works, the Completion Date, and the Intended Completion. Date apply to any Section of the
Works (other than references to the Completion Date and Intended
Completion date for the whole of the Works).
2.3. The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor's Bid
(4) Contract Data
(5) Conditions of Contract including Special Conditions of Contract
(6) Specifications
(7) Drawings
(8) Bill of quantities and
(9) Technical Specification (Part II)
(10)any other document listed in the Contract Data as forming part of the Contract.
3.0 Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in
the Contract Data.
4.0 Engineer's Decisions
4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer.
5.0 Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other people
except to the Adjudicator after notifying the Contractor and may cancel any delegation after
notifying the Contractor.
6.0 Communications
6.1 Communications between parties which are referred to in the conditions are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act).
7.0 Sub-contracting
7.1 The Contractor may sub-contract any portion of work, upto a limit specified in Contract
Data, with the approval of the Engineer but may not assign the Contract without the approval
of the Employer in writing. Sub-contracting does not alter the Contractor's obligation .

Contractor No Of Correction Executive Engineer 48


8.0 Other Contractors
The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the Employer between the dates given in the Schedule of other Contractors. The
Contractor shall as referred to in the Contract Data, also provide facilities and services for
them as described in the Schedule. The employer may modify the schedule of other
contractors and shall notify the contractor of any such modification.
9.0 Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel
as referred to in the Contract Data to carry out the functions stated in the Schedule or other
personnel approved by the Engineer. The Engineer will approve any proposed replacement
of key personnel only if their qualifications, abilities, and relevant experience are
substantially equal to or better than those of the personnel listed in the Schedule.
9.2. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's
staff or his work force stating the reasons the Contractor shall ensure that the person leaves
the Site within seven days and has no further connection with the work in the Contract.
10.0 Employer's and Contractor's Risks
The Employer carries the risks which this Contract states are Employer's risks, and the
Contractor carries the risks which this Contract states are Contractor's risks.
11.0 Employer's Risks
11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works in India, the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor's employees), and contamination
from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely
to the design of the Works, other than the Contractor's design.
12.0 Contractor's Risks
All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks are the
responsibility of the Contractor.
13.0 Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor,
insurance cover from the Start Date to the end of the Contract Period, in the amounts and deductibles
stated in the Contract Data for the following events which are due to the Contractor's risks:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment:
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection with
the Contract; and
(d) personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer's approval before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred.
13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may
effect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due.
13.4 Alterations to the terms of an insurance shall not be made without the approval of the
Engineer.
13.5 Both parties shall comply with any conditions of the insurance policies.

Contractor No Of Correction Executive Engineer 49


13.6 The contractor shall produce the labour insurance policy, else following amount
will be deducted from his first R. A. Bill.
13.6

a) Work value upto :- 25.00 Lakhs 1.0%


b) Work value above :- 25.00 Lakhs 0.5%

14.0 Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred
to in the Contract Data, supplemented by any information available to the Bidder.
15.0 Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16.0 Contractor to Construct the Works
16.1 The Contractor shall construct and install the Works in accordance with the Specification
and Drawings.
17.0 The Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry
out the Works in accordance with the program submitted by the Contractor, as updated with
the approval of the Engineer, and complete them by the Intended Completion Date.
18.0 Approval by the Engineer
18.1 The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer, who is to approve them if they comply with the
Specifications and Drawings.
18.2 The Contractor shall be responsible for design of Temporary Works.
18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the
Temporary Works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer before their use.
19.0 Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20.0 Discoveries
20.1. Anything of historical or other interest or of significant value unexpectedly discovered on
the Site is the property of the Employer. The Contractor is to notify the Engineer of such
discoveries and carry out the Engineer's instructions for dealing with them.
21.0 Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the Contractor. If
possession of a part is not given by the date stated in the Contract Data the Employer is
deemed to have delayed the start of the relevant activities and this will be cause of Extension
of the Intended Completion Date
22.0 Access to the Site
22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer
access to the Site, to any place where work in connection with the Contract is being carried
out or is intended to be carried out and to any place where materials or plant are being
manufactured / fabricated / assembled for the works.
23.0 Instructions
23.1The Contractor shall carry out all instructions of the Engineer pertaining to works which
comply with the applicable laws where the Site is located.

Contractor No Of Correction Executive Engineer 50


23.2 The Contractor shall permit the Employer to inspect the Contractor's accounts and records
relating to the performance of the Contractor and to have them audited by auditors appointed by
the Employer, if so required by the Employer.
24.0 Disputes
24.1 If the Contractor believes that a decision taken by the Engineer was either outside the
authority given to the Engineer by the Contract or that the decision was wrongly taken, the
decision shall be referred to the Dispute Review Expert within 14days of the notification of the
Engineer's decision.
25.0 Procedure of Disputes
25.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in
Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in
Appendix plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so
state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the
Dispute Review Expert, the Dispute Review Expert shall be appointed by the Council of Indian Roads
Congress at the request of either party.
25.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law
&Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding „„Institutional
Arbitration Policy”.
26.0 Replacement of Dispute Review Expert
26.1 Should the Dispute Review Expert resign or die, or should the Employer and the Contractor
agree that the Dispute Review Expert is not fulfilling his functions in accordance with the provisions of
the Contract, a new Dispute Review Expert will be jointly appointed by the Employer and the
Contractor. In case of disagreement between the Employer and (he Contractor, within 30 days, the
Dispute Review Expert shall be designated by the Appointing Authority designated in the Contract
Data at the request of either party, within 14 days of receipt of such request.

B. TIME CONTROL
27.0 Programme
27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for
approval a Programme showing the general methods, arrangements, order, and timing for all
the activities in the Works along with monthly cash flow forecast.
27.2 An update of the Programme shall be a programme showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the remaining work
including any changes to the sequence of the activities.
27.3 The Contractor shall submitted the Engineer, for approval, an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Programme within this period, the Engineer may withhold the amount
stated in the Contract Data from the next payment certificate and continue to withhold this
amount until the next payment after the date on which the overdue Programme has been
submitted.
27.4. The Engineer's approval of the Programme shall not alter the Contractor's obligations. The Contractor
may revise the Programme and submit it to the Engineer again at any time. A revised Programme is
to show the effect of Variations and Compensation Events.
28.0 Extension of the Intended Completion Date
28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs
or a Variation is issued which makes it impossible for Completion to be achieved by the
Intended Completion Date without the Contractor taking steps to accelerate the remaining
work and which would cause the Contractor to incur additional cost.
28.2 The Engineer shall decide whether and by how much to extend the Intended Completion
Date within 35 days of the Contractor asking the Engineer for a decision upon the effect of
Contractor No Of Correction Executive Engineer 51
a Compensation Event or Variation and submitting full supporting information.
If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a
delay, the delay by this failure shall not be considered in assessing the new Intended Completion
Date.
28.3 The Engineer shall within 14 days of receiving full justification from the contractor for extension of
Intended Completion Date refer to the Employer his decision. The Employer shall in not more than 21
days communicate to the Engineer the acceptance or otherwise of the Engineer's decision. If the
Employer fails to give his acceptance, the Engineer shall not grant the extension and the contractor
may refer the matter to the Dispute Review Expert under Clause 24.1.
29.0 Deleted
30.0 Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity
within the Works.

31.0 Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management
meeting. The business of a management meeting shall be to review the plans for remaining
work and to deal with matters raised in accordance with the early warning procedure.

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

32.0 Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future
events or circumstances that may adversely affect the quality of the work, increase the Contract
Price or delay the execution of works. The Engineer may require the Contractor to provide an
estimate of the expected effect of the future event or circumstance on the Contract Price and
Completion Date. The estimate is to be provided by the Contractor as soon as reasonably
possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for
how the effect of such an event or circumstance can be avoided or reduced by anyone involved in
the work and in carrying out any resulting instruction of the Engineer.

Contractor No Of Correction Executive Engineer 52


C. QUALITY CONTROL

33.0 Identifying Defects

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

34.0 Tests

If the Engineer instructs the Contractor to carry out a test not specified in the Specification to
check whether any work has a Defect and the test shows that it does, the Contractor shall pay
for the test and any samples. If there is no Defect the test shall be a Compensation Event.

35.0 Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion and is defined in the Contract Data.
The Defects Liability Period shall be extended for as long as Defects remain to be
corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified by the Engineer's notice.

36.0 Uncorrected Defects

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

D. COST CONTROL

37.0 Bill of Quantities

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

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

38.Deleted

38.1 Deleted

38.2 Deleted

38.3 Deleted.

39.0 Deleted

40.0 Deleted

Contractor No Of Correction Executive Engineer 53


41.0 Cash Flow Forecasts
41.1 When the Programme is updated, the contractor is to provide the Engineer with an
updated cash flow forecast.
42.0 Payment Certificates
42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work
completed less the cumulative amount certified previously.
42.2 The Engineer shall check the Contractor's monthly statement within 14 days and certify the amount
to be paid to the Contractor after taking into account any credit or debit for the month in question in respect
of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3)
of the Contract Data (Secured Advance).
42.3 The value of work executed shall be determined by the Engineer.
42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed.
42.5 The value of work executed shall include the valuation of Variations and
Compensation Events.
42.6. The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any
item previously certified in any certificate in the light of later information.
43.0 Payments
43.1 Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of the contract and taxes at source, as applicable under the law. The bill
shall be paid after due verification and upon availability of budget.
43.2 If an amount certified is increased in a later certificate as a result of an award by the
Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set
out in this clause. Interest shall be calculated from the date upon which the increased amount would
have been certified in the absence of dispute.
43.3 Items of the Works for which no rate or price has been entered in will not be paid for by
the Employer and shall be deemed covered by other rates and prices in the Contract.
44.0 Compensation Events
44.1Compensation shall be applicable and only extension may be considered on merits if not on
part of Contractor
44.2The Contractor shall not be entitled to compensation to the extent that the Employer's
interests are adversely affected by the Contractor not having given early warning or not having cooperated
with the Engineer.
45.0 Tax
45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare cess and other taxes (other
than GST) that the Contractor will have to pay for the performance of this Contract. The Employer will perform such
duties in regard to the deduction of such taxes at source as per applicable law.

45.2 Payment of GST


i) Bidder shall quote his rate excluding GST.
ii) GST shall be payable on the accepted contract value.
iii) GST shall be paid to contractor on the amount of bill of work done as per prevailing rate of GST during the
period of work done.
46.0 Currencies
46.1 All payments shall be made in Indian Rupees.
47.0 Price Variation
If during the operative period of the contract as defined in condition below, there shall be any variation in the
Cement, Steel and bitumen, then subject to the other conditions mentioned below, price adjustment on account of
this shall be calculated as below.

Contractor No Of Correction Executive Engineer 54


Restricted to 5% of the accepted contract value excluding the compensation
payable for the materials (bitumen, steel and cement) which have been directly
given difference in purchase price and star rate.
Contract price shall be adjusted for increase or decrease in rates and price of
labour, materials, fuels and lubricants excluding bitumen, cement and steel in
accordance with the following principles and procedures and as per formula
given in the contract data. The price variation clause to be included shall be
read as follows: (a) The price adjustment shall apply for the work done from the
start date given in the contract data upto end of the initial intended completion
date or extensions granted by the Engineer and shall not apply to the work
carried out beyond the stipulated time for reasons attributable to the contractor.
(b) The price adjustment shall be determined during each month from the
formula given in the contract data. (c) Following expressions and meanings are
assigned to the work done during each month:

(1) Labour Component - = 31.13 %


(2) Material Component - = 65.43 %
(3) POL Component - = 3.44 %
Total - 100.00 %
(4) Steel Actual
(5) Cement Actual
(6) Bitumen Actual
R = Total value of work done during the month. It would include the amount of
secured advance granted, if any, during the month, less the amount of secured
advance recovered, if any during the month. It will exclude value for works
executed under variations for which price adjustment will be worked separately
based on the terms mutually agreed.
To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clauses in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.

The formula (e) for adjustment of prices are:

R = Value of work

Adjustment for labour component


(i) Price adjustment for increase or decrease in the cost due to
labour shall be paid in accordance with the following formula:

(ii) VL= 0.85 x P1/l00 x R x (L1 - Lo )/Lo

(iii) VL= increase or decrease in the cost of work during the month
under consideration due to changes in rates for local labour.

(iv) Lo = the consumer price index for industrial workers for the
State on 28 days preceding the date of opening of Bids as
published by Labour Bureau, Ministry of Labour, Government
of India.

(v) L1 = The consumer price index for industrial workers for the
State for the under consideration as published by Labour
Bureau, Ministry of Labour, Government of India.
Contractor No Of Correction Executive Engineer 55
(vi) PI = Percentage of labour component of the work.

Adjustment of POL (fuel and lubricant) component

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

Vf = 0.85 x Pf /100 x R x (F1, - Fo)/Fo


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

Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of IOC at nearest center on the day 28 days prior to the date of
opening of Bids.
F1 = The official retail price of HSD at the existing consumer pumps of IOC at
nearest center for the 15th day of month of the under consideration.
Pf = Percentage of fuel and lubricants component of the work. Note:
For the application of this clause, the price of High Speed Diesel oil has
been chosen to represent fuel and lubricants group.
Adjustment of Other materials Component (Excluding bitumen,
steel and cement )
(iii) Price adjustment for increase or decrease in cost of local
materials other than cement, steel, bitumen and POL procured by the
contractor shall be paid in accordance with the following formula:
Vm = 0.85 x Pm /100 x R x (MI - M0 )/M0
Where
Vm= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for local materials other than
cement, steel, bitumen and POL.
M0 = The all India wholesale price index (all commodities) on 28 days
preceding the date of opening of Bids, as published by the Ministry of
Industrial Development, Government of India, New Delhi.
MI = The all India wholesale price index (all commodities) for the
month under consideration as published by Ministry of Industrial
Development, Government of India, New Delhi.
Pm = Percentage of local material component (other than cement,
steel, bitumen and POL of the work.
Cement component
Star Rates
Cement - Rs 4200.00 Per MT
FORMULA FOR CEMENT COMPONENT

V6 = C0 (Cl1 - Cl0 ) x T
Cl0
WHERE
V6 = Amount of price variation in Rupees to be allowed for cement
component.
C0 = Basic rate of cement in rupees per metric tonne as considered for
working out value of P.
Cl1 = Average cement Index published in the RBI Bulletin for the quarter
under consideration.
Cl0 = Average of cement Index published in the RBI Bulletin for the quarter

Contractor No Of Correction Executive Engineer 56


preceding the month in which the last date prescribed for receipt of
tender falls.
T = Tonnage of cement used in the permanent works for the quarter under
consideration.
Steel component

Star Rates
(1) Steel TMT - Rs 33425.00 Per MT
FORMULA FOR STEEL TMT COMPONENT

V5 = S0 (Sl1 - Sl0 ) x T
Sl0
WHERE
V5 = Amount of price variation in Rupees to be allowed Mild Steel TMT
Steel component.
S0 = Basic rate of T.M.T HYSD/Mild Steel in rupees per metric tonne as
considered for working out value of P.
Sl1 = Average Steel Index published in the RBI Bulletin during the quarter
under consideration.
Sl0 = Average of Steel Index published in the RBI Bulletin for the quarter
preceding the month in which to the last date prescribed for receipt of
tender falls.
T = Tonnage of steel used in the permanent works for the quarter under
consideration.

The following conditions shall prevail :


i) The operative period of the contract shall mean the period commencing
from the date of work order issued to the contractor and ending on the date on which the
time allowed for the completion of work specified in the contract for work expires
taking into consideration the extension of time if any for completion of the work
granted by Engineer under the relevant clause of the conditions of contract in cases
other than those where such extension is necessitated on account of default of the
contractor. The decision of the Engineer as regards the operative period of the contract
shall be final and binding on the contractor. Where any compensation for liquidated
damages is levied on the contractor on account of delay in completion or inadequate
progress under the relevant contract provisions the price adjustment amount for the
balance work from the date of levy of such compensation shall be worked out by
pegging the indices to the levels corresponding to the date from which such
compensation is levied.
ii) This price variation clause shall be applicable this contract only for Steel ,Cement ,
Bitumen
iii) The price variation under this clause shall not be payable for the extra items
required to be executed during the completion of the work and also on the excess
quantities.
iv) This clause is operative both ways, i.e. if the price variation as calculated above is in
on the plus side, payment on account of the price variation shall be allowed to the
contractor and if it is on the negative side, the Government shall be entitled to recover
the same from the contractor and amount shall be deductible from any amounts due and
payable under the contract.
v) To the extent that full compensation for any rise or fall in costs to the contractor is
not entirely covered by the provision of this or other clauses in the contract, the unit rate
and prices included in the contract shall be deemed to include amounts to cover the
contingency of such other actual rise or fall in costs.
Contractor No Of Correction Executive Engineer 57
48.0 Retention
48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the
Contract Data until Completion of the whole of the Works.
48.2 On Completion of the whole of the Works total amount retained is repaid to the
Contractor after contract Period has passed and the Engineer has certified that all the works
completed as per specification of contract document.
48.3 On completion of the whole works, the contractor may substitute retention money
with an "on demand" Bank guarantee.
49.0 Liquidated Damages
49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day
stated in the Contract Data for each day that the Completion Date is later than the
Intended Completion Date (for the whole of the works or the milestone as stated in
the contract data). The total amount of liquidated damages shall not exceed the
amount defined in the Contract Data. The Employer may deduct liquidated damages
from payments due to the Contractor. Payment of liquidated damages does not
affect the Contractor's liabilities.
49.2 If the Intended Completion Date is extended after liquidated damages have been
paid, the Engineer shall correct any overpayment of liquidated damages by the
Contractor by adjusting the next payment certificate.
49.3. If the contractor fails to comply with the time for completion as stipulated in the
tender, then the contractor shall pay to the employer the relevant sum stated in the
Contract Data as Liquidated damages for such default and not as penalty for
everyday or part of day which shall elapse between relevant time for completion and
the date stated in the taking over certificate of the whole of the works on the relevant
section, subject to the limit stated in the contract data.
The employer may, without prejudice to any other method of recovery deduct
the amount of such damages from any monies due or to become due to the
contractor. The payment or deduction of such damages shall not relieve the contractor
from his obligation to complete the works on from any other of his obligations and
liabilities under the contract.
49.4. If, before the Time for Completion of the whole of the Works or, if applicable, any
Section, a Taking - Over Certificate has been issued for any part of the Works or of
a Section, the liquidated damages for delay in completion of the remainder of the
Works or of that Section shall, for any period of delay after the date stated in such
Taking-Over Certificate, and in the absence of alternative provisions in the Contract,
be reduced in the proportion which the value of the part so certified bears to the
value of the whole of the Works or Section, as applicable. The provisions of this Sub-
. Clause shall only apply to the rate of liquidated damages and shall not affect the limit
thereof.

50.0 Deleted
51.0 Secured Advance -
The Engineer shall make advance payment in respect of materials intended for
but not yet incorporated in the Works in accordance with conditions stipulated in the
Contract Data.
52.0 Securities

52.1 The Performance Security (including additional security for unbalanced bids) shall be
provided to the Employer no later than the date specified in the Letter of Acceptance and
shall be issued in an amount and form and by a bank or surety acceptable to the Employer,
and denominated in Indian Rupees. The Performance Security and additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of
Contractor No Of Correction Executive Engineer 58
completion.

53.0 Deleted

54.0 Cost of Repairs


54.1 Loss or damage to the Works or Materials to be incorporated in the Works
between the Start Date and the end of the Defects Correction periods shall be
remedied by the Contractor at the Contractor's cost if the loss or damage arises from
the Contractor's acts or omissions.

Contractor No Of Correction Executive Engineer 59


E. FINISHING THE CONTRACT
55.0 Completion
55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of
the Works and the Engineer will do so upon deciding that the Work is completed.
56.0 Taking Over
56.1 The Employer shall take over the Site and the Works within seven days of the
Engineer issuing a certificate of Completion.
57.0 Final Account
57.1. The Contractor shall supply to the Engineer a detailed account of the total
amount that the Contractor considers payable under the Contract before the end of
the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and
certify any final payment that is due to the Contractor within 56 days of receiving the
Contractor's account if it is correct and complete. If it is not, the Engineer shall issue
within 56 days a schedule that states the scope of the corrections or additions that are
necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the
Engineer shall decide on the amount payable to the Contractor and issue a payment
certificate, within 56 days of receiving the Contractor's revised account.
58.0 Operating and Maintenance Manuals-
58.1 If "as built" Drawings and/or operating and maintenance manuals are required,
the Contractor shall supply them by the dates stated in the Contract Data.
58.2 If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the Contract Data, or they do not receive the Engineer's approval,
the Engineer shall withhold the amount stated in the Contract Data from payments
due to the Contractor.
59.0 Termination
59.1 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of the Contract.
59.2 Fundamental breaches of Contract include, but shall not be limited to the
following:
(a) the Contractor stops work for 15 days when no stoppage of work is shown on
the current Programme and the stoppage has not been authorized by the
Engineer;
(b) the Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into liquidation other
than for a reconstruction or amalgamation;
(d) Deleted
(e) the Engineer gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;
(f) the Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number of days for
which the maximum amount of liquidated damages can be paid as defined in
the Contract data; and
(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
For the purpose of this paragraph: "corrupt practice" means the offering, giving,
receiving or soliciting of any thing of value to influence the action of a public official in the
procurement process or in contract execution. "Fraudulent practice" means a
misrepresentation of facts in order to influence a procurement process or the execution of a
contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior
to or after bid submission) designed to establish bid prices at artificial non-competitive levels
and to deprive the Borrower of the benefits of free and open competition."

Contractor No Of Correction Executive Engineer 60


59.3 When either party to the Contract gives notice of a breach of contract to the
Engineer for a cause other than those listed under Sub Clause 59.2 above, the
Engineer shall decide whether the breach is fundamental or not.
59.4 Notwithstanding the above, the Employer may terminate the Contract or withdraw
the part of the work for convenience and same shall be Executed departmentally
on risk and cost of Contractor.
59.5 If the Contract is terminated the Contractor shall stop work immediately, make the
Site safe and secure and leave the Site, Soon as reasonably possible.
60. Payment upon Termination
60.1 If the-Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done less
advance payments received up to the date of the issue of the certificate, less other
recoveries due in terms of the contract, less taxes due to be deducted at source as
per applicable law and less the percentage to apply to the work not completed as
indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the
total amount due to the Employer exceeds any payment due to the Contractor the
difference shall be a debt payable to the Employer.
60.2 If the Contract is terminated at the Employer's convenience or because of a
fundamental breach of Contract by the Employer, the Engineer shall issue a
certificate for the value of the work done, the cost of balance material brought by the
contractor and available at site, the reasonable cost of removal of Equipment,
repatriation of the Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and less advance payments
received up to the date of the certificate, less other recoveries due in terms of the
contract and less taxes due to be deducted at source as per applicable law.
61.0 Property
61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are
deemed to be the property of the Employer, if the Contract is terminated because
of a Contractor's default.
62.0 Release from Performance
If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Employer or the Contractor the Engineer shall certify
that the Contract has been frustrated. The Contractor shall make the Site safe and
stop work as quickly as possible after receiving this certificate and shall be paid for all
work carried out before receiving it and for any work carried out afterwards to which
commitment was made.
F. SPECIAL CONDITIONS OF CONTRACT
1. LABOUR:
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements
for the engagement of all staff and labour, local or other, and for their payment, housing,
feeding and transport.
The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in
such form and at such intervals as the Engineer may prescribe, showing the staff and the
numbers of the several classes of labour from time to time employed by the Contractor on the
Site and such other information as the Engineer may require.
2. COMPLIANCE WITH LABOUR REGULATIONS:
During continuance of the contract, the Contractor and his sub-contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government or the local
authority. Salient features of some of the major labour laws that are applicable to construction
industry are given below. The Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by the competent authority on account of contravention of
any of the provisions of any Act or rules made there under, regulations or notifications
including amendments. If the Employer is caused to pay or reimburse, such amounts as may
be necessary to cause or observe, or for non-observance of the provisions stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/Employer shall have the right to deduct any money due to the
Contractor including his amount of performance security. The Employer/Engineer shall also

Contractor No Of Correction Executive Engineer 61


have right to recover from the Contractor any sum required or estimated to be required for making
good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS
ENGAGED IN BUILDING AND OTHER CONSTRUCTIONWORK.
(a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the Act on satisfaction
of certain conditions on separation if an employee has completed 5 years service or more on
death, the rate of 15 days wages for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.
(c) Employees P.P. and Miscellaneous Provision Act 1952:The Act Provides for monthly
contributions by the employer plus workers @ 10%or 8.33%. The benefits payable under the Act
are:
(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on
the death in harness of the worker. (iii) Payment of P.P. accumulation on retirement/death etc.
(d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided, by the Principal Employer by Law. The Principal
Employer is required to take Certificate of Registration and the Contractor is required to take
licence from the designated Officer. The Act is applicable to the establishments or Contractor of
Principal Employer, if they employ 20 or more contract labour.
(f) Minimum Wages Act 1948 :- The Employer is supposed to pay not less than the Minimum Wages
fixed by appropriate Government as per provisions of the Act, if the employment is a scheduled
employment. Construction of Buildings, Roads, Runways are scheduled employments.
(g) Payment of Wages Act 1936:- Itlays down as to by what date the wages are to be paid, when it will
be paid and what deductions can be made from the wages of the workers.
(h) Equal Remuneration Act 1979 :- The Act provides for payment of equal wages for work of equal nature to
Male and Female workers and for not making discrimination against Female employees in the matters of
transfers, training and promotions etc.
(i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing 20 or more
employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages
and maximum of 20% of wages to employees drawing Rs.3S00/-per month or less. The bonus to be paid
to employees getting Rs.2S00/- per month or above upto Rs.3500/-per month shall be worked out by
taking wages as Rs.2S00/ -per month only. The Act does not apply to certain establishments. The newly
set-up establishments are exempted for five years in certain circumstances. Some of the State
Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this
Act.
(j) Industrial Disputes Act 1947 :- The Act lays down the machinery and procedure for resolution of Industrial
disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying
off or retrenching the employees or closing down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946 :-It is applicable to all establishments employing 100
or more workmen (employment size reduced by some of the States and Central Government to SO). The
Act provides for laying down rules governing the conditions of employment by the Employer on matters
provided in the Act and get the same certified by the designated Authority.
(l) Trade Unions Act 1926 :- The Act lays down the procedure for registration of trade unions of workmen
and employers. The Trade Unions registered under the Act have been given certain immunities from civil
and criminal liabilities.

Contractor No Of Correction Executive Engineer 62


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

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

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

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

3 ARBITRATION

3.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in Appendix] be
appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in Appendix plus
reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in
the Letter of Acceptance, the Employer has not agreed on the appointment of the Dispute Review Expert,
the Dispute Review Expert shall be appointed by the Council of Indian Roads Congress at the request of
either party.

3.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of
Law & Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016
regarding“ Institutional Arbitration Policy”.

Contractor No Of Correction Executive Engineer 63


G. Additional Conditions of Contract.

1. Government of Maharashtra Department of Industries, Energy and labour Mantralaya Mumbai


GR No BCA-2009/ Case No 108/ Labour -7 A Dt 17.6.2010.

(A) Cess @ 1% (One percent) shall be deducted at source, from every bill of the contractor by the
Executive engineer under Building and other construction for workers welfare, cess act 1996.
(B) All dues regarding all Taxes, Duties, Levies whatsoever including Sales Tax, Service Tax, VAT if
any, Octroi Duties, Royalty of material etc. Levied on the Contractors work by Government or
Local Bodies will be payable by the Contractor. The Engineer-In charge shall grant a Certificate for
the quantities actuality used on the work but will not entertain any claim on this account.

(C ) The Royalty charges for extracting the minor Mineral for government works will be paid by
the Contractor as per the Govt. Rules from time to time and the amount so paid shall not be
refundable and final bill shall be paid to the Contractor only after producing a “NO DUES”
certificate from the concerned Collector/ Collectors regarding payment of Royalty Charges.
(D) INCOME TAX at the rate of 2% ( Or as Revised by the Income Tax Department)
From any sum payable to the contractor shall at the time of Credit of such sum or at the time of
payment to the Contractor by Cash, Cheque or Draft or any other Mode be Deducted at the
source from his Running/ Final or any other type of Payment. for this Contract, as per Section’
194 of Income Tax Act,l96l.

2. Contractor shall submit a certificate to the effect that “All the payments to the labour /staff are
made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD).” The
certificate shall be submitted by the contractor within 60 days from the commencement of
contract. If the time period of contract is less than 60 days then such certificates shall be
submitted within 15 days from the date of commencement of contract.
3. Contractor shall comply all deficiencies noted out/ instructions given in inspection at site
during the site visit of the officers from PWD.
4. The contractor, in addition to persons required as per qualifying conditions of contract, shall
appoint a supervisor having qualification equivalent to Civil Engineering Assistant (if this item is
included in the BOQ) to assist concerned Jr. Engineer/Sectional Engineer/Assistant Engineer Gr.II
5. 1 Quantity shown in BOQ is tentative and based on best site judgment. Payment will be made
as per executed quantities and Tendered rate. No extra claims will be entertained on account of
less or more quantity executed upto any extent.
5.2. Contractor should permit officers from PWD to visit /inspect ongoing / executed work and
shall comply all deficiencies noted out/ instructions given in inspection at site.
The Contractor shall repair and rectify the defects and deficiencies specified as below within the
time limit set forth herein.

Contractor No Of Correction Executive Engineer 64


6.SAMPLING OF MATERIALS
Samples provided to the Engineer or his representative for their retention is to be in the labeled
boxes suitable for storage. Materials or workmanship not corresponding in character and quality
with approved samples will be rejected by the Engineer or his representative and shall be
removed from the site as
directed by the Engineer at the Contractors cost. Samples required for approval and testing must
be supplied well in advance by at least 48 hours to allow for testing and approval. Delay to work
arising from the late submission of sample will not be acceptable as a reason for delay in the
completion of work. For all materials brought from outside, the cost of sampling, testing whether
in India or outside shall be borne by the contractor.
All materials to be used on work shall be got approved in advance from the Engineer-- in-charge
and shall pass the test and or analysis required by him. which will be as follows
a) As specified by the Indian Road Congress Standard Specification.
b) Code of Practice for Road and Bridges.
c) B.I.S. specification (whichever and wherever applicable)
d) Such recognised specifications accepted to Engineer-in-charge or equivalent hereto or in
absence of such recognised specifications.
e) i) The Contractor shall set up Field Laboratory with necessary equipment for testing of all
materials / finished products, and get it checked and certified from the Executive Engineer.
ii) Such requirement test and or analysis as may be specified by the Engineer-in-- charge in order
of precedence given above.
iii) The contractor shall at his risk and cost make all arrangement and/or shall provide for all such
facilities as the Engineer-in-charge may require for collecting preparing required number of
samples for tests or for analysis at such time and to such places may be directed by the Engineer
and bear all charges and cost of testing. Such samples shall also be deposited with the Engineer-
in-charge.
iv) The contractor shall if and when required submit at his cost the samples of materials to be
tested or analysis and if, so directed shall not make use of or incorporate in the work any
materials represented by the samples until the required
tests or analysis have been made and the materials, finally accepted by the Engineer- in-charge.
Samples provided to the Engineer in charge for retention purpose are to be
in labeled boxes suitable for storage.
v) The contractor shall not be eligible for any claim or compensation at either arising out of any
delay in the work or due to any corrective measures required to be taken on account of and as a
result of testing of the materials.
vi) The contractor or his authorized representative will be allowed to remain present in the
department laboratory while testing samples furnish by him. However the results of all the tests
carried out in the department laboratory in the presence or absence of the contractor or his
authorized representative will be binding on the contractor.
vii) Cost of routine day-to-day quality control testing charges for tests required as per
specifications will be borne by the contractor by sending the same to the concerned Government
laboratories.
Contractor No Of Correction Executive Engineer 65
viii) Test shall be carried out at approved Government Laboratories or Government institutions as
directed by Engineer-in-charge and all testing charges shall be borne by the Contractor.
ix) 15% of the rate shall be with held and shall be released only after the receipt of the
satisfactory test result wherever specified. Routine test shall mean testing of aggregate for
gradation, flakiness index, impact, value and binder content. All other tests shall be carried out by
the contractor at his own cost. However the cost of testing of material as directed by Engineer-in-
charge for approving a particular material as laid down in para 15.2. (i) to (viii) will have to be
borne by the contractor.
x) The contractor shall at his own cost arrange to carry out the routine tests of materials which
are to be used on the work. The tests will have to be carried out either in the field laboratory or
in an approved laboratory.
xi) Testing of the material used for this work should be carried out as per the provisions made in
Government Circular No. Miscellaneous /2004/PC-i 08/NH-2, dated 22/3/2005. Testing of
material should be carried out as per frequency stipulated by the Vigilance & Quantity Control
Circle. The contractor should carry out 25% testing of material out of the total material required
as per the frequency from the Departmental Laboratory of Public Works Department. The
payment for testing of material from the Departmental Laboratory should be borne by the
Contractor.
xii) In case of materials procured by the contractor/testing as required by the codes and
specifications, the same shall be arranged by him at his own cost. Testing shall be done in the
presence of an authorized representative of the Engineer-in-charge at the nearest laboratory. If
additional testing other than as required by specification is ordered the testing charges shall be
borne by the department if the test results are satisfactory and by the contractor if the same are
not satisfactory.
xiii) In case of materials supplied by the Government, if the contractor demands certain testing,
the charges thereof shall be paid by the contractor if the test results are satisfactory and by the
department if the same are not satisfactory.
5. The responsibility of assuring the quality of work shall be on the contractor
7.A The Contractor shall set up and get it checked and certified by the Executive Engineer, a field
laboratory with necessary equipments for testing of all materials, finished products used in the
construction as per requirements of relevant specifications. The testing of all materials shall be
carried out by the Engineer, or his representative for which the contractor shall make all the
necessary arrangements and bear the entire cost.
7.B At least 30% of the tests of those required as per frequency chart given in Clause7.A shall be
carried out in Government Laboratories of Vigilance & Quality Control Circle. All the tests which
cannot be carried out in field laboratory shall be carried out 100% at the contractor‟s cost in
Vigilance & Quality Control laboratory.
7.C The tests which cannot be carried out both in field laboratory and Vigilance & Quality Control
Circle‟s laboratories shall be carried out 100% in the laboratories of Government Engineering
College / Government Polytechnic at the entire cost of Contractor.
8.1 It is mandatory on the part of Contractor to carry out all the required tests of various
construction materials as mentioned in Schedule-‟B‟ of the Tender.If the contractor fails to submit
required Test Results of the various construction materials as mentioned in the items of Schedule-
‟B‟, he will be liable to deposit the amount at penal rate of five times of the amount of particular
Contractor No Of Correction Executive Engineer 66
test which he has not carried out. Contractor will be informed by the Engineer-in-charge by letter.
On receipt of letter, contractor will have to either deposit the said amount or to carry out the
required test within 10 days. If he again failed to carry out the required tests in stipulated time
limit, the said tests will be carried out by the department and total expenditure incurred on the
testing charges plus five times amount of testing charges will be recovered from the Contractor‟s
bill.
As this recovery is only due to the negligence on the part of contractor to carry out work as
per Tender Conditions and Executive Engineer‟s decision will be final and binding on the
Contractor and it cannot be challenged by the Contractor by way of Appeal, Arbitration or in the
Court of Law.
9.SPECIFICATIONS FOR WATERPROOFING and Anti Termite
1. The work of waterproofing described in the following items shall be carried out by the contractor
only through a renowned specialist waterproofing agency using Cement waterproofing
compounds, as approved in writing by the Executive Engineer.
2. The Contractor shall give before actual execution, detailed specifications for each item of work
of waterproofing to be executed according to the specifications of the specialist agency he
proposes to employ, for approval. The work shall not be started unless approval in writing is given
by the Engineer-in-charge to the said specification.
. 3. The contractor shall provide 7 year guarantee for Water Proofing items and 10 year guarantee
for Anti termite items. An additional Security deposit amounting to 5% of the value of Water
Proofing/ Anti termite work shall be deducted from the final bill. Such additional Security deposit shall
be refunded after the guarantee period is over. If any damage in this regard is noticed during the
guarantee period, the contractor shall rectify them immediately .If the contractor fails to rectify the
damages intimated by PWD authority in guarantee period with in reasonable time decided by the
authority , the contractor will be banned from taking part in any tender process for next 2 year
4) If Contractor fails to attend the defects observed & intimated by PWD authority in 7 years
guarantee period of water proofing items, and 10 year guarantee for Anti termite items within the
reasonable time decided by authority, than action of banning agency to attending tender process for
next 2 year will be taken.

Contractor No Of Correction Executive Engineer 67


(H) Special Condition of GRIHA

Contractor shall follow all the requirements essential for obtaining GRIHA 4 star rating and
shall quote his rates accordingly. No extra payment shall be payble to him on account of
this.
 The project is going for GRIHA certification for which following measures are to be followed and documented by the
Contractor to undertake GRIHA documentation. It is necessary to obtain the Certificate of Rating regarding Green
building from the authorised agencies like LEED , GRIHA etc. For getting registered with such authorised agency, and
subsequent the contractor shall appoint an experienced consultant who is fully conversant with the technology of Green
building .Such appointment of consultant should be done with the approval of the Executive Engineer.
The fees to such appointed consultant shall be paid by the contractor. The 40 % of amount of fee should be paid to the
consultant after gating registered with authorised agency and balance fee shall be paid as per the discussion of Executive
Engineer
 The contractor shall get the project registered with the authorised agencies like LEED , GRIHA etc.
 The amount of fees required for the registration with the authorised agencies like LEED , GRIHA etc. shall be
reimbursed to the contractor by the Executive Engineer.
1. General Inclusions for Green Building:
The Contractor is bound to execute and work as per the Green Building Guidelines specified under GRIHA
rating and as instructed by Architect / PMC or Owner's representatives.
The Contractor shall work in close coordination with the Architect / PMC or any other specified agency to
provide the required documents / drawings / photographs/purchase orders/ filled logs/ contracts with scrap
dealers etc. as required for Green Building Certification under GRIHA. The contractor shall be penalized on
non-submission of aforementioned data.

The Project Manager /In Charge/ Sub Contractor as appointed by the Contractor shall undergo a one-day
training session for GRIHA by the specified consultants of the project.

1.1 Criterion- 2: (Mandatory Criterion): Preserve and protect landscape during


construction/compensatory depository forestation -

 The contractor shall protect/transplant existing trees on site as guided by Architect/developer/Green


Building design consultant.
 Existing trees shall be safeguarded /barricaded with suitable strategy around the tree trunk.
Dumping of construction debris and materials around tree barks/roots must be avoided.
 The contractor shall limit overall site disturbances including earthwork and clearing of vegetation as
prescribed by GRIHA or as recommended and approved by the Green Building Consultants.
 The contractor shall retain the protected areas as marked in the logistics plan thereby keeping
these undisturbed. It will be the responsibility of the Contractor to oversee that construction activity
does not spill in these protected areas, leaving the ground cover or vegetation in these areas
untouched.
 The Contractor shall comply with the site logistics plan for the project as recommended and
approved by the Green Building Consultants.
 The contractor shall undertake soil erosion and sedimentation control measures as required by
GRIHA, based on the standard site management practices as prescribed by NBC 2005 and as
approved by the Green Building Consultants. These measures may include construction of
sedimentation basins / trenches as approved by Green Building consultants.
 The contractor shall take all precautions / measures to ensure that soil is not carried away from the
site due to runoffs or any other causes as may get identified.
1.1.1 Storage of construction work material

Contractor No Of Correction Executive Engineer 68


 All construction material shall be properly stored to avoid wastage of material on site. The
contractor should employ standard NBC practices for material storages or practices approved by
Green Building consultants to ensure that construction material storage does not cause pollution to
uncontaminated parts of the site or any areas outside the site boundaries, due to material run offs
during monsoons etc.
 The contractor must ensure that Construction materials having the potential to pollute either land or
water such as cement, fly ash etc should be stored in covered, built sheds, with impervious floors. It
is recommended to construct a temporary trench bounding such storage areas, so that potential
pollutants do not get mixed with the storm water run-off.
 The contractor shall ensure that hazardous and spill-prone materials such as pesticides, fuel,
paints, solvents, any chemicals etc, are be handled with care and any spillage on the ground should
be prevented.
 Proper logistics plan to be followed which includes location of material storage, entry-exit to the site,
labour colony etc, as approved by Green Building consultant.
1.1.2 Drainage
 The contractor shall manage water flows and runoffs on site during the construction period. The
standard soil erosion control practices prescribed in NBC or as recommended and approved by
Green Building consultants shall be implemented on site prior to monsoons.
 Trenches to be constructed along the construction boundary which can be terminated in
sedementation basins. Sedimentation basins will have to be constructed to prevent soil erosion,
throughout the construction period
1.1.3 Storage of Equipment & Spill prevention control
 The equipment, particularly the transport vehicles, JCBs etc should be properly maintained pieces
of equipment which will not cause oil spills or air pollution on site.
 PUC certified vehicles should be used.
 Necessary care should be taken by the Contractor to maintain the equipment and manage any oil
spills / diesel storages as may be required.
1.1.4 'Construction and Demolition Waste Management' Protocol to be followed:
 The demolition waste shall be segregated and stored separately in predesignated areas. The
storage area must preferably not be on bare earth.
 Demolition plan and layout to record the sequence of demolition, segregation, recovery, recycling
and reuse shall be prepared.
 An effort must be made to harvest each type of waste separately.
 The demolition waste materials shall not be dumped in landfills.
 More than 75 % of the demolition waste generated must be either sent for recycling through
authorized agency or must be reused on site itself.
 The contractor shall provide detailed information of the diversion strategy for each type of
demolition waste. Minimum 5 nos. of different demolition waste materials must be diverted from
landfills.
1.2 Criterion- 3: Soil conservation (till post construction)
 The contractor shall undertake fertility test (specifying NPK and Organic carbon) for soil to
understand soil potential to reuse for plantation.
 The contractor shall make adequate arrangements to remove and store the topsoil layer (200mm
upper layer) of the site in a standard manner or as recommended and approved by the Green
Building Consultants.
 The Contractor shall carry out temporary seeding, mulching, plantation on site as recommended by
Green Building Consultants to check soil erosion.
Contractor No Of Correction Executive Engineer 69
 Wheel tyres of vehicles used by contractor, or any of his sub contractor or material supplies shall be
cleaned and washed of all dust/mud before leaving the project site. This can be done by routing
vehicles through a prepared washing surface.

1.3 Criterion-8: (Mandatory Criteria): Provide minimum level of sanitation/safety facilities for
construction workers

1.3.1 Sanitary Conveniences


 Adequate number of toilets and potable drinking water facility shall be provided, as guided by
Architect/Green building Consultant with proper design and layout to allow for clean and regular
use.
1.3.2 Labour shelters
 The labour colony shall be adequate and properly outlined to provide a safe and habitable living for
labourers. The cleanliness and solid waste management of the labour colony shall be the
responsibility of the contractor.
 Safety measures for workers/labours shall be provided from materials of construction,
transportation, storage, and other dangers and health hazards.
 Contractor shall provide all required equipments and support to fulfill safety procedures, norms and
guidelines (as applicable) as specified in NBC 2005 -Part 7: Construction practices and Safety.
 Contractor shall provide health facilities for on- site workers like arrangement of first aid facility,
health checkup camp, safety and health awareness programmes/seminars etc. to improve worker‟s
workability.
 The contractor shall conduct periodic test (to ensure the potability) for the drinking water provided
for labours on site, if the drinking water facility is not from corporation.
 Contractor should provide crèche in labour colony, if there are children residing in the colony
Also contractor shall be responsible to maintain cleanliness and hygiene in the labour colony.
1.3.3 Safety of Construction workers (Labours)
 Contractor shall provide personalized safety equipments (gum boots, hand gloves, helmets,
welder's protective eye-shield etc) to all construction workers and responsible to ensure the
implementation of safety norms (thought the construction) by the construction workers, as guided
by the Green building consultant.
 Also contractor shall provide safety nets, barricades, safety signages etc to educate construction
workers and other staff on site.
 The project shall avoid working during night.

1.4 Criterion 9 (Mandatory Criterion): Reduce air pollution during construction
 The Contractor shall undertake air pollution control measures during construction to ensure a safe
and habitable conditions for labourers and site staff.
 Barricading of site (not less than 3m height) along the site/construction boundry shall be provided
as per the site management plan.
 The Contractor shall undertake the responsibility to prevent air pollution (dust and smoke); ensure
that there will be adequate water supply/storage for dust suppression. e.g. sprinkling water around
the construction zones and unpaved roads used by construction vehicles to arrest spreading of dust
in the air.
 Contractor shall arrange methods of working caring out the work in such a manner so to minimize
the impact of dust on the surrounding environment. These measures as recommended by Green
Building consultants shall be followed on site.
Contractor No Of Correction Executive Engineer 70
1.5 Criterion- 12: Efficient water use during construction
 The contractor shall take measures to minimize the wastage of water during construction and shall
control on potable water usage for construction activities such as curring, washing etc as guided by
Green Building Consultant/Architect.

1.6 Criterion- 22: Reduction in waste during construction


 The Contractor shall be responsible for the management, including storage, collection and
disposal/recycling of construction waste generated on site during construction.
 The contractor shall plan for minimization of waste generation on site during the course of
construction. This plan shall be required to be discussed with the Green Building consultants and
documented.
 The contractor shall reuse the construction waste generated on site for purposes found suitable like
for roadwork filling, site leveling, backfilling etc.
 The contractor shall ensure proper, segregated storage of all waste generated and a plan for proper
utilization/ disposal of the waste through proper channels like scrap dealers/ recycler or as
approved by the Green Building consultants. Documentation shall be maintained by the Contractor
of this plan.
 The Contractor shall store the construction waste in a segregated manner, separately in sheds on
site or in designated areas, such that it does not cause any air, land or water pollution, particularly
in the undisturbed areas in and around the project site.

1.7 Items that shall attract strict specifications as per GRIHA norms.
 Contractor must note that following items shall require strict specifications as recommended and
approved by Green Building Consultant

1.7.1 VOC content in interior and exterior paints, adhesive, coating, sealants, anti-corrosives, etc
1.7.2 Use of low flow plumbing fixtures
1.7.3 High Performance Glass for window applications or any other purpose
1.7.4 RCC and Masonry works with addition of fly-ash component as approved by structural
consultant.
1.7.5 Replacing OPC by PPC
1.7.6 Use of high SRI paint for roof
1.7.7 Insulation with zero ODP, CFC and HCFC-free
1.7.8 Recycled content in paving, flooring tiles, glass, false ceiling, internal partition, aluminium
window frames, etc.
1.7.9 Use of wood-based materials containing Phenol formaldehyde, Melamine formaldehyde as
bonding agents (instead of Urea formaldehyde)

Contractor No Of Correction Executive Engineer 71


Supervising Control And Data Acquisition (SCADA)
Concrete Works

I) Concrete Batch Plant /Reversible Drum Mix Plant

Fully Automatic Micro processor based SCADA Enabled Concrete Batch Mix Plant (Pan
Mixer) of minimum 18-20 cubic meter per hour capacity of any standard company.

The Engineer may at his discretion, allow in writing hand mixing of concrete for minor items where
small quantities are involved but in that case the Contractor shall increase the cement content of the
mixture by 10% without any extra cost.

Conventional type mechanical mixer if found necessary for particular item, may
be used with permission of Engineer-in-charge

The form work used shall be made preferably of steel or with lining of steel.
Wooden shutters may be allowed at the discretion of the Engineer e.g. lintels, small slabs and
beams coping, etc.

The concrete shall be mechanically vibrated for proper compaction by the method approved by the
Engineer.

The concrete shall be cured only by sweet potable water for full 21 days after
the time or the period specified in the detailed specification or as may be directed by Engineer-in-
charge.

Minimum Cement content of concrete shall be as per prevailing I.S. Code.

ADDITIONAL SPECIAL CONDITIONS


Supervisory Control and data acquisition (SCADA)
Engineer In charge shall allocate unique identification number to the work of this Contract. For all
bituminous items under this contract, the contractor shall provide web based
Supervisory Control and Data Acquisition (SCADA) arrangements for the following -
(i) Weight of Aggregate of all bins
(ii) Weight of Cement
(iii) Weight of Sand
(iv) Weight of Water
(v) Weight of Admixture

II) Transportation- Transit Mixer / Pumps


Transit mixers and / or concrete pumps of desired number and capacity with SCADA.
Vehicle tracking system (VTS) for all vehicles transporting and laying bituminous mix. The GPS data
should be directly sent to the PWD server with important parameters like latitude, longitude, Speed,
Course, date and time.
III) GIS MAP

Displaying locations transit mixtures on GIS map. Communicate the Data which is beyond the set
parameters by SMS and email to the representative of Engineer In charge for all above

(IV) Material Testing and Testing Results

All the material shall be tested at PWD Regional and District Labs and Testing letters shall be
generated by Sub Division using PWD website application. The contractors shall pay testing charges
online and PWD lab will generate test result and send to contractors email ID and PWD Division ID.
The results of testing material along with payment transactions shall be integrated with PWD

Contractor No Of Correction Executive Engineer 72


applications like e-Bill, Accounts and Online Observation memo

(V) Use of e-Bill and e-MB software

The contractor shall submit e-Bill and e-Mb using PWD software. All the respective Bitumen Challan,
Royalty Passes, Cement and Steel Purchase Invoices and photos of works progress shall be uploaded
while submitting e-Bill. The payment of work shall be release only if contractor submits bill using PWD
e-Billing software.
(VI) Online Work Order and Bar chart Submission

Online work order shall be generated once the lowest bidder pays the initial security deposit and
uploads the Bar chart of the progress of work. No work order shall be given if Bar Chart is not
uploaded by the contractor
VII) Off Line SCADA
In case of Signal is not available then the Print out data from the SCADA System install with date and time
tag shall be made available duly certified from the Engineer In charge after saving this data the SCADA
Result will be acceptable

THE OFFER OF THE CONTRACTOR SHALL INCLUDE:


(1) The cost of procuring, establishing, running, operating & maintaining SCADA including all Censors,
Vehicle Tracking System (VTS) and any other instrumentation, automation required to acquire the
desired data, mentioned above.

2) Web connectivity to all locations where data is being acquired, transmitted, processed, stored and
retrieved with minimum speed of 1 MPBS and 100 % availability. The contactor shall provide the web
application in such a manner that it shall first update the above data in real time on PWD’s works
monitoring e-governance web application automatically.

(3) Web-based application including Computer Software, Hardware etc. to transmit, process, store and
retrieve the data in the forms and formats as prescribed by the Engineer In charge.

(4) Arrangement for security of data, Disaster recovery arrangements shall be as per I.T.
Industry practice, during the construction period and upto defect liability period.(DLP). Handing over
the data on the Web Server after DLP in Electronic form as instructed by Engineer In charge.

(5) Calibration of all SCADA related attachments /accessories as per the specification:-
Web based application to monitor the schedule of Calibration of all SCADA related
attachment/accessories. The invalidity of calibration shall lead to non-acceptance of
work or measurement and the Contractor shall not be paid for such non-accepted work
or measurements
(6) Submission of printed and authenticated reports to the Engineer Incharge as and when required.

(7) Point (1) to (6) above shall be arranged and maintained during contract period and defect liability
period.

(8) Cost includes rectification, fine tuning, corrections, additions & alterations to the system to the
satisfaction of Engineer In charge.

(9) All data generated as per this special condition of contract shall be the property of PWD.

The Contractor shall make all necessary arrangement required above (Supervising control and data
acquisition for Bituminous / WBM / concrete works / all cement works / masonry / plaster / Testing
Equipments items) well in advance before starting of the related items of work. All necessary
arrangements so made shall be offered for inspection to Engineer In charge one month prior to the
start o the related items of work. Changes if any, after his inspection suggested by the Engineer
In charge shall be carried out at no extra cost and within the period of Three days. A fresh request for
inspection, of Engineer In charge after such rectifications shall be requested by the Contractor and
final approval to the SCADA arrangements shall be obtained.
Contractor No Of Correction Executive Engineer 73
Annexure I
TENDER CONDITIONS FOR SUBMISSION OF E-BILL FOR RELEASE OF PAYMENT S TO
CONTRACTOR
Use of e-Bill and e-MB software

The contractor shall submit e-Bill and e-Mb using PWD software. All the respective Bitumen
Challan, Royalty Passes, Cement and Steel Purchase Invoices and photos of works progress shall
be uploaded while submitting e-Bill. The payment of work shall be release only if contractor
submits bill using PWD e-Billing software.

(h) Payments to contractor shall be made by uploading the running account or final bill through
online E-bill / E-MB software of PWD with requisite documents required to pass the bill such
uploaded vide RTGS or any other online payment system as approval by government provided the
amount exceeds Rs one hundred.‖ It is mandatory to submit the e-bill by contractor using PWD e-
Billing system
(ii) Government has introduced new E-MB and E-BiII online system in lieu of conventional
system for recording measurements of work executed. This new E-MB system is a replica of old
system in digital form and carry same significance as that of Manual / Normal Billing system
(iii) Payments to contractor shall be made by uploading the running account or final bill through
online E-bill/E-MB software available on department website along with uploading of requisite
documents required to pass the bill by the Contractor. Such uploaded bill after scrutiny shall be
paid vides RTGS or any other online payment system as approved by government
(iv) Running account bill or final bill as the case may be shall be submitted by contractor in
prescribed format through online E-bill /E-MB software available on department website with
uploading all necessary documents, testing reports, material invoices as required. Contractor get
himself familiar with E-Bill software and obtain login Id and password from the department. If
contractor failed to upload the bill as required by Engineer in charge, Engineer in charge can
generate and pass the bill and shall be binding on contractor.‖
Instructions to contractor
(A) The website for the submission of e-bill is www.mahapwd.com under which ―Online AMS‖
link is available under ―Important application‖ tab
(B)The work will be allocated to contractor by Division office and BOQ will be uploaded by
Division/Sub Division
(C) The logins shall be provided to the contractors by the Division to submit e-Bill
(D)TYPICAL MEASUREMENT/Hidden measurement shall be uploaded by contractors
(E)The e-Bill recorded by the contractor will sent to Sub Division office and will be checked
online by concerned Junior Engineer and Sub Divisional Engineer and will be sent to Executive
Engineer office for approval.
(F) The progress of e-bill at the verifications steps and approvals shall be
intimated to contractor by email It is advised to all the contractors to
download user manual and submit e-Bill accordingly

Contractor No Of Correction Executive Engineer 74


(H) Special Condition for Setting of Field Laboratory

The Contractor shall have to establish a field laboratory with following minimum equipments on
the instant work at his own cost. These instruments are conforming to IS Specifications duly
calibrated from competent agency. Contractor has to carry out the calibration of said instruments
as directed by the Engineer – in- charge on expiry date of calibration. On completion of work in all
respect, the equipments will be the sole property of the contractor.
1) Hydraulic Compression Testing Machine, hand operated 100 tonnes 1 Nos
Capacity. Conform to the requirements of IS 516-1959,IS:4858-2000
2) Cube Moulds 150 mm x 150 mm x 150 mm size conforming to IS: 1 set of 12 Nos
516-1959, IS:10086-1982
Cube Moulds 75 mm x 75 mm x 75 mm 1 set of 6 Nos.
3) Slump apparatus conforming to IS:7320 1 No
4) Test sieves of 100 mm , 80 mm,63 mm ,50 mm,25 mm,,12.5 mm 2 sets
10 mm , 4.75 mm , 2.36 mm , 1.18 mm, 600 micron, 300 micron ,
90 micron, 150 micron and other required sieves.
5) 15 cm dia aggregate crushing value apparatus as per IS:2386 1 No
(Part IV)-1963
6) Impact testing machine with cylinder of 75 mm dia and 50 mm depth 1 No
And tamping rod of 10 mm dia and 230 mm long.
7) Psycnometer with metal mould and dryer 1 No
8) Le –chatelier apparatus as per IS:4031with glass sheets 1 No
9) Vicat apparatus as per IS:4031 1 No
10) Vibration machine with 6 moulds as per IS:4031 1 No
11) Graduated cylinder of glass 100,250,500 and 1000 ml capacity 3 Nos each.
12) Electric oven , thermostatically controlled upto 200 ˚c , chamber 1 No
Space 40 cm x40cm x40cm
13) Concrete Test Hammer (rebound hammer) of impact energy 1 No
2.207 Nm (0.225 Kgm) as per IS:1331(part -2)-1992
14) Balance 1 kg , 5 kg and 15 kg capacity having sensibility less 1 No each
Than 0.1 gms.
15) Miscellaneous items such as mixing trays, rice trays, 1 No each
Karni , hot plate etc.
16) Thickness and length gauge as per IS:2386(Part I)-1983 1 No each
17) Bitumen extraction machine 1 No
18) Density apparatus by sand replacement method 1 No.
19) Sieves as per MOST for various bitumen activities 1 Set for each
Note – (I) It is essential for the agency is Establish the quality Control Field laboratory at
site. The list of apparatus and equipment mention under chapter (I) Special condition for
setting of field laboratory .The First R.A. Bill will be paid only after confirmation of the

Contractor No Of Correction Executive Engineer 75


setting up of laboratory at site by Engineer In Charge
(ii) Out of above list, equipments essential for execution of the work under consideration
shall be available in field laboratory.

iii) The testing of all materials shall be carried out by the Engineer, or his representative for which
the contractor shall make all the necessary arrangements and bear the entire cost.
iv) At least 30% of the tests of those required as per frequency chart given in Clause
15.1 shall be carried out in Government Laboratories of Vigilance & Quality Control Circle. All
the tests which cannot be carried out in field laboratory shall be carried out 100% at the
contractor's cost in Vigilance & Quality Control laboratory.
v) The tests which cannot be carried out both in field laboratory and Vigilance &
Quality Control Circle's laboratories shall be carried out 100% in the laboratories of
Government Engineering College / Government Polytechnic at the entire cost of Contractor
.

Contractor No Of Correction Executive Engineer 76


Annexure K
TENDER CONDITIONS FOR SUBMISSION OF E-BILL FOR RELEASE OF PAYMENT S
TO CONTRACTOR
)Use of e-Bill and e-MB software

The contractor shall submit e-Bill and e-Mb using PWD software. All the respective Bitumen Challan,
Royalty Passes, Cement and Steel Purchase Invoices and photos of works progress shall be uploaded
while submitting e-Bill. The payment of work shall be release only if contractor submits bill using PWD
e-Billing software.

(i)Payments to contractor shall be made by uploading the running account or final bill through online
Ebill/EMB software of PWD with requisite documents required to pass the bill such uploaded vide RTGS
or any other online payment system as approval by government provided the amount exceeds Rs one
hundred.‖ It is mandatory to submit the ebill by contractor using PWD e-Billing system
(ii) Government have introduced new EMB and EBiII online system in lieu of conventional system for
recording measurements of work executed. This new EMB system is a replica of old system in digital form
and carry same significance as that of Manual / Normal Billing system
(iii) Payments to contractor shall be made by uploading the running account or final bill through online
Ebill/EMB software available on department website along with uploading of requisite documents required
to pass the bill by the Contractor. Such uploaded bill after scrutiny shall be paid vides RTGS or any other
online payment system as approved by government
(iv) Running account bill or final bill as the case may be shall be submitted by contractor in prescribed
format through online Ebill/EMB software available on department website with uploading all necessary
documents, testing reports, material invoices as required. Contractor get himself familiar with E-Bill
software and obtain login Id and password from the department. If contractor failed to upload the bill as
required by Engineer in charge, Engineer in charge can generate and pass the bill and shall be binding on
contractor.‖
Instructions to contractor
(A) The website for the submission of e-bill is www.mahapwd.com under which ―Online AMS‖ link is
available under ―Important application‖ tab
(B)The work will be allocated to contractor by Division office and BOQ will be uploaded by
Division/Sub Division
(C) The logins shall be provided to the contractors by the Division to submit e-Bill
(D)TYPICAL MEASUREMENT/Hidden measurement shall be uploaded by contractors
(E)The e-Bill recorded by the contractor will sent to Sub Division office and will be checked online by
concerned Junior Engineer and Sub Divisional Engineer and will be sent to Executive Engineer office
for approval.
(F) The progress of e-bill at the verifications steps and approvals shall be intimated to contractor by email It
is advised to all the contractors to download user manual and submit e-Bill accordingly
Contractor No Of Correction Executive Engineer 77
QUALITY CONTROL TESTS & THEIR FREQUENCIES.
S. N. Material Test Frequency of Testing Remarks.

1 Sand i) Fineness Modules At the beginning & if there is


ii) Silt Content change in source.
2 Metal i) Crushing Value One test per 200 cum or part PWD hand book
ii) Impact Value thereof. I.S.2386 Part-IV
iii) Abrasion value
iv) Water Absorption
v) Flakiness Index
vi) Stripping value
vii) Gradation
3 Cement Comp. Strength Upto 5 cum - 1 set M.O.RT H.
Concrete 6 - 15 - 2 sets specification 1717
16 – 30 - 3 sets (Fifth revision Table
31 – 50 - 4 sets No. 1700-9)
51 & Above - 4 sets +
1 additional set for each 50
cum or part thereof.
Rigid M.O.RT H.
Pavement specification 900
(Fifth revision Table
No. 900-6)
4 Cement i) Comp. Strength One test for each I.S. 8112 -1989
ii) Initial setting time consignment of 50 MT
iii) Final setting time (1000 bags) or part thereof.
iv) Specific Gravity
v) Soundness
vi) Fineness
5 Steel i)Weight per meter One test for every 5.0 I.S. 432
ii) Ultimate Tensile METRIC TONNE or part IS 1786-1985
stress thereof for each diameter.
iii) Yield stress
iv) Elongation
6 Granular i) Gradation One test per 400 cum. M.ORTH.specification
Sub Base ii) Aturberg limits One test per 400 cum. Table 900-3
iii) Moisture content One test per 400 cum. .(fifth revision 2013)
prior to compaction.
iv) Density and One test per 1000 sqm
compacted layer
v) CBR As required
7 Water i) Aggregate Impact One test per 1000 cum. MORTH.specification
bound value Table 900-3
macadam ii) Gradation One test per 250 cum. .(fifth revision 2013)
iii) Flakiness Index & One test per 500 cum.
Elongation Index.
Iv) Atterberg limits of 1 test per 50 cum of binding
material.
Contractor No Of Correction Executive Engineer 78
S. N. Material Test Frequency of Testing Remarks.

binding material. One test per 100 cum. Of


V) Atterberg limits of aggregate
portion of aggregates
passing 425 Micron.
8 Wet Mix i) Aggregate Impact One test per 1000 cum. M.ORTH.specification
Macadam value Table 900-3
ii) Gradation One test per 200 cum. .(fifth revision 2013)
iii) Flakiness Index & One test per 500 cum.
Elongation Index.
iv) Atterberg limits of 1 test per 200 cum of binding
portion of aggregates material.
passing 425 Micron.
v) Density of One set of 3 test per 1000
Compacted layer Sqm
9 Prime coat i)Quality of binder No. of samples per lot and M.ORTH.specification
/ tack coat tests as per I.S. 73, I.S. 217 Table 900-3
/ Fog spray ii) Binder and I.S. 8887 as applicable. .(fifth revision 2013)
Temperature At regular close intervals,
iii) Rate of spread of three test per day
binder
10. Seal coat / i)Quality of binder Same as mentioned under M.ORTH.specification
surface Sr.No.9 Table 900-3
dressing. ii) Impact value / Los 1 test per 200 cum of .(fifth revision 2013)
Angles Abrasion aggregate
value.
Iii) Flakiness & 1 test per 100 cum.
elongation index
iv) Stripping value of 1 test for each source of
aggr. . . supply.subsquently
(Immersion tray test) whenever there is change in
v) Water absorption the quality of aggregates

vi)Water sensitivity of
mix (if required)

vii)Gradation 2 test per day


viii) Soundness 1 test for each source of
supply.subsquently
whenever there is change in
the quality of aggregates

ix) Temp. of binder At regular intervals,

x)Rate of spread of 3 test per day


materials
11 Open i) Quality of binder Same as per Sr.No. 9 M.ORTH.specification

Contractor No Of Correction Executive Engineer 79


S. N. Material Test Frequency of Testing Remarks.

graded ii) Impact / Abrasion Same as per Sr.No. 10 Table 900-3


premix value .(fifth revision 2013)
surfacing / iii) Flakiness & -----do-----
close elongation index -----do-----
iv) Stripping value ----do-----
graded
v) Water absorption
premix -----do-----
vi) Gradation
surfacing. -----do-----
vii) Water sensitivity of
mix -----do-----
viii) Soundness
ix) Temp binder -----do-----
x)Binder content At regular close intervals.
2 test per plant.
12 Bituminous i) Quality of binder Same as per Sr.No.9 M.ORTH.specification
Macadam ii) Impact / Abrasion Same as per Sr.No.10 Table 900-3
value .(fifth revision 2013)
iii) Flakiness & -----do-----
elongation index
iv) Stripping value ---do-----
v) Water sensitivity of -----do-----
mix -
vi) Water absorption ----do-----
vii) Soundness -----do-----
viii) Percentage of -----do-----
fractural faces.
Ix) Gradation -----do -----
x)Binder content & As per Sr. No. 11
aggrt. Grading.
xi) Control of temp of At Regular interval.
binder & aggregates
for mixing & of the mix
at the time of laying &
rolling. At Regular interval.
Xii) Rate of spread of
mixed material one test per 700 sqm
xiii) Density of
compacted layer
13 Dense i) Quality of No. of samples as per I.S. M.ORTH.specification
Bituminous binder 73, I.RC SP. 53 & I.S. Table 900-3
Macadam / 15462. .(fifth revision 2013)
Bituminous ii) Impact / Abrasion One test per 350 Cum of
Concrete value aggregate for each source
and whenever there is
change in quality of
aggregate.
iii) Flakiness & -----do-----
elongation index

Contractor No Of Correction Executive Engineer 80


S. N. Material Test Frequency of Testing Remarks.

iv) Soundness One test for each source and


whenever there is change in
quality of aggregate.
v) Water Absorption -----do-----
vi) Sand equivalent ----do-----
test -----do-----
vii) Plasticity Index -----do-----
viii) Polished stone
value One test per 350 cum of
ix)Percentage of aggregate when crushed
fractured test gravel is used
One set for individual
x) Mix grading constituents and mixed
aggregate for drier for each
400 tonnes of mix subject to
minimum of 2 tests per day
per plant.
xi) Stability and voids 3 tests for stability, flow
analyses of mix value, density & void
contents for each 400 tonnes
of mix subject to minimum of
2 tests per day per plant.
xii) Temperature of At regular interval
Binder in boiler,
aggregate in drier and
mix at the time of
laying and compaction
One set for each 400 tonnes
xiii) Binder contents
of mix subjected minimum of
2 tests per day per plant.
xiv) Density of one test per 700 sqm area
compacted layer
14 Bitumen .i) Penetration 2 test per lot as per I.S. 73
ii) Ductility
iii) Softening Point
iv) Flash/Fire point
v) Specific gravity
15 Chequred i) Water absorption Shall not exceed 10% Set of 6 Tiles shall be
Tiles ii) Transverse strength The average width tested per every 2000
transverse strength shall not tiles or part thereof.
be less than 30 Kg/cm2

Contractor No Of Correction Executive Engineer 81


CONTRACT DATA
Contract Data

Items marked “N/A” do not apply in this Contract Clause Reference with
respect to Section -
3
1. [Cl.1.1]
The Employer is Name :
Chief Engineer Public Works Region Nagpur

Address :Civil Line ,Opp Ladies Club Bunglow No 39/1


Civil Lines Nagpur

2. The Engineer is- Executive Engineer Public Works


Division No I, Gondia
Authorised Representative- Sub Divisional Engineer
P.W.Sub Dn Gondia
3. The Dispute Review Expert appointed jointly by the employer and Contractor [Cl.1.1]
is:
* Name : Chief Engineer Public Works Region Nagpur
*Address: Civil Line ,Opp Ladies Club Bunglow No 39/1
Civil Lines Nagpur
4. The Defects Liability Period is 24 Months from the date of Completion. [Cl.1.1 & 35]

5. The Start Date shall be 7. days from the date of issue of the Work Order. [Cl.1.1]

6. The Intended Completion Date for the original Works is 18 ( Eighteen) [Cl.1.1,17&28]
months including monsoon period after start of work , with the following
milestones:dates:
Milestone [Cl.2.2,& 49.1]

Physical Works to be completed Period from the start date

i) Milestone 1 :25% Cost of Contract Price 6 months

ii) Milestone 2 : 75% Cost of Contract Price 12 Months

iii) Milestone 3 ; 100 % Cost of Contract Price 18 Months

7. Site Location- At Gondia [Cl.1.1]

8. The name and identification number of the Contract is:- Construction of [Cl.1.1]
Hostel Building( GF+1) and training SCHOOL (GF +4 )FOR ANM AND GNM
(EXCLUDING ELECTRIFICATION) AT Gondia , District Gondia

9 The Work Consist- [Cl.1.1]

Contractor No Of Correction Executive Engineer 82


10 The following documents also form part of the Contract :
[Cl. 2.3 (9)]

“Post qualification documents furnished by the bidder as per section 2 and


Technical specification (Vol II).”
11 The law which applies to the Contract is the law of Union of India, Government [Cl. 3.1]
of Maharashtra including Local Authorities
12 The language of the Contract documents is English [Cl. 3.1]
13 Limit of subcontracting 50% of the Initial Contract Price [Cl. 7.1]
14 The Schedule of Other Contractors [Cl. 8]
15 The Schedule of Key Personnel As per Annex-II of Section I [Cl. 9]
16 The minimum insurance cover for physical property, injury and death is Rs. 5 [Cl. 13]
Lakhs per occurrence with the number of occurrences limited to four. After
each occurrence, contractor will pay additional premium necessary to make
insurance valid for four occurrences always.
17. Site investigation report - To be Assed by the Contractor [Cl. 14]
18 The Site Possession Dates shall be same day from issue of work order to [Cl. 21]
proceed with the work .
19 Fees and types of reimbursable expenses to be paid to the Dispute Review [Cl. 25]
Board (To be inserted later)
20. Appointing Authority for the Dispute Review Expert-Council, Indian [Cl. 26]
Roads Congress, New Delhi
21. The period for submission of the programme for approval of Engineer shall be [Cl. 27.1]
21 days from the issue of letter of Acceptance
22. The period between programme updates shall be 21 day. [Cl. 27.3]
23. The amount to be withheld for late submission of an update programme shall be [Cl. 27.3]
Rs. 0.20 lakhs
24. The following events shall also be Compensation Events: [Cl. 44]

(i) Removal of underground utilities detected subsequently


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

25 The currency of the Contract is Indian Rupees [Cl. 46]


26 The Proportion of payments retained (retention money) shall be 6 % from each [Cl. 48]

bill subject to a maximum of 5 % of final contract price.

27 Amount of liquidated damages (I) for Whole of work [Cl. 49]


Contractor No Of Correction Executive Engineer 83
th
for delay in completion of works (1/2000) of the initial contract price rounded off
to the nearest thousand per day
(II) for sectional completion

28 Nature of Advances Amount (Rs.)Conditions to be


fulfilled
1 Secured advance for 75% of Invoice Value a) The materials accordance [Cl. 45]
non-perishable with the specification for
materials brought to works
site
b) Such materials have been
delivered to site, and are
properly stored and protected
against damage or deterioration
to the satisfaction of the
Engineer. The Contractor shall
store the bulk material in
measurable stacks

c) The Contractor‟s records of


the requirements, orders, receipt
and use of materials are
kept in a form approved by the
Engineer and such records shall
be available for inspection by
the Engineer.
d) The contractor has submitted
with his monthly statement the
estimated value of the materials
on site together with such
documents as may be required
by the Engineer for the purpose
of valuation of the materials
and providing evidence of
ownership and payment
thereof.
e) Ownership of such materials
shall be deemed to vest in the
Employer for which the
Contractor has submitted an
Indemnity Bond in an
acceptable format, and

f) The quantities of materials


are not excessive and shall be
used within a reasonable time
as determined by the Engineer

29 Repayment of Secured advance [Cl.51.4]


The advance shall be repaid from each monthly payments to the extent
materials [for which advance was previously paid pursuant to Clause 51.4 of G.
C. C. ] have been incorporated into the works.

Contractor No Of Correction Executive Engineer 84


30 The Securities shall be for the following minimum amounts equivalent as [Cl.52]
a percentage of the Contract Price:
Performance Security for 2(Two) percent of contract price plus Rs ............. (to
be decided after evaluation of the bid) as additional security in terms of ITB
Clause 29.5
The Standard form of Performance Security acceptable to the Employer shall
be an unconditional Bank Guarantee of the type as presented in Section 8
of the Bidding Documents.
31 The Schedule of Operating and Maintenance Manuals N/A [Cl. 58]

32 The date by which “as-built‟ drawings (in scale as directed) in 2 sets are [Cl. 58]
required is within 28 days of issue of certificate of completion of whole or
section of the work, as the case may be.
33 The amount to be withheld for failing to supply “as-built” drawings by the date [Cl. 58]
required is Rs. 00.20Lakh.
34 The following events shall also be fundamental breach of contract : [Cl. 59.2]
“The Contractor has contravened Sub-Clause 7.1 and Clause 9 of GCC.”
35 The Percentage to apply to the value of the work not completed representing [Cl. 60]
the Employer‟s additional cost for completing the Works shall be 20 percent.
36 The Percentage to apply to the value of the work not completed representing [Cl. 60]
the Employer‟s additional cost for completing the Works shall be 20 percent.
37 Contractor Shall submit bar chart/CPM/PERT this work by visiting site and
taking review of the work within fifteen days after receiving letter regarding
performance security.
If contractor fails to do so then 1% amount shall be deducted from each running
bill.
Progress of work shall be monitored as per approved bar chart by the
competent authority (i.e. E.E./S.E. or C.E.) after scrutiny of the bar
chart/CPM/PERT submitted by contractor. If progress is satisfactory, then 75%
amount deducted Shall be returned to contractor and remaining 25% amounts
shall be forfeited to Government.
38 The Authority shall return the Performance Security to the Contractor
within 60 (sixty) days of the later of the expiry of the Defects Liability
Period under this Agreement. Notwithstanding the aforesaid, the Parties
agree that the Authority shall not be obliged to release the Performance
Security until all Defects identified during the Defects Liability Period
have been rectified.

Contractor No Of Correction Executive Engineer 85


SECTION 5 TECHNICAL SPECIFICATIONS

Contractor No Of Correction Executive Engineer 86


TECHNICAL SPECIFICATIONS
Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

1 Excavation for foundation in earth, soil of all types, sand, gravel and soft Bd.A.1 Page No. Seperate stacks for each category of
murum, including removing the excavated material up to a distance of 50 m. 259 excavated materials will have to be made
beyond the building area & stacking and spreading as directed, dewatering, at given locations as per directives of the
preparing the bed for the foundation and necessary back filling, ramming, engineer incharge. No extra payment will
watering including shoring and strutting etc. complete. (Lift upto 1.5 m.) be made on this account
2 Excavation for foundation in earth, soils of all types, sand,gravel and soft Bd.A.1 Page No. Seperate stacks for each category of
murum, including removing the excavated material upto a distance of 50 259 excavated materials will have to be made
meters beyond the building area and stacking and reading as directed, at given locations as per directives of the
dewatering, preparing the bed for the foundation and necessary back filling, engineer incharge. No extra payment will
ramming, watering including shoring and strutting etc. complete. (Lift from be made on this account
1.5m to 3.0m) By Manual Means
3 Providing & Filling in plinth and floors with contractors material ie Bd.A.11 Page No. The compaction should be done with
Murum brought from outside and approved by Engineer incharge in layers 263 heavy Earth Compactor or as directed
of 15cm. to 20cm. including watering and compaction etc. complete.( by enginner incharge. The rates are
including cost of murum) Spec. No. : Bd.A. 11/Page No. 263 inclusive of all leads and lifts.
4 Providing soling using 80 mm size trap metal in 15 cm. layer including As directed by Engineer in 80mm metal will have to be used. The
filling voids with Crushed sand/grit, ramming, watering etc. complete. charge. work shall be executed as per the
direction of Engineer incharge .The rates
includes all lifts and leads
5 Providing and laying Cast in situ/Ready Mix cement concrete in M-10 of Bd. E. 1 Page No. 287 Only crusher broken metal shall be used.
trap/ granite/ quartzite/ gneiss metal for foundation and bedding including Concrete shall be mixed with fully
bailing out water, formwork, laying/pumping, compacting, roughening them automatic micro processor based PLC
if special finish is to be provided, finishing if required and curing complete, with SCADA enabled reversible Drum
with fully automatic micro processor based PLC with SCADA enabled Type mixer/concrete Batch mix plant
reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. (Pan mixer) . The rates are inclusive of
complete. With natural sand/V.S.I. quality Artificial Sand all lifts and lead. The work shall be
executed as per the direction of Engineer
Incharge

Contractor No Of Correction Executive Engineer 87


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

6 Providing and laying Cast in situ/Ready Mix cement concrete M- 25 of trap / Bd.F.3 Page No. The work shall be carried out as per the
granite /quartzite/ gneiss metal for R.C.C. work in foundations like raft, strip 298 and B.7, Page No.38 direction of engineer incharge.Only
foundations, grillage and footings of R.C.C. columns and steel stanchions crusher broken metal shall be used.
etc. including bailing out water, formwork ,cover blocks, aying/pumping, Concrete shall be mixed iwith fully
compaction and curing roughening the surface if special finish is to be automatic micro processor based PLC
provided (Excluding reinforcement and structural steel) etc. complete, with with SCADA enabled reversible Drum
fully automatic micro processor based PLC with SCADA enabled reversible Type mixer/ concrete Batch mix plant
Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With (Pan mixer). The rates are inclusive of
natural sand/V.S.I. quality Artificial Sand all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 88


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

7 Providing and laying Cast in situ/Ready Mix cement concrete M- 25 of trap / Bd.F.5 Page No.300 and B- The work shall be carried out as per the
granite /quartzite/ gneiss metal for R.C.C. columns as per detailed designs 7,Page No 38. direction of engineer incharge.Only
and drawings or as directed including centering, formwork, cover blocks crusher broken metal shall be used.
compacting and roughening if special finish is to be provided and curing etc. Concrete shall be mixed iwith fully
complete. (Excluding reinforcement and structural steel).with fully automatic automatic micro processor based PLC
micro processor based PLC with SCADA enabled reversible Drum Type with SCADA enabled reversible Drum
mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural Type mixer/ concrete Batch mix plant
sand/V.S.I. quality ArtificialSand (Pan mixer). The rates are inclusive of
all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 89


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

8 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of Bd.F.6 Page No. The work shall be carried out as per the
trap/ granite/ quartzite/ gneiss metal for R.C.C. beams and lintels as per 300 and B.7, Page No.38 direction of engineer incharge.Only
detailed designs and drawings or as directed including centering, formwork, crusher broken metal shall be used.
cover blocks, laying/pumping, compaction and roughening the surface if Concrete shall be mixed iwith fully
special finish is to be provided and curing etc. complete. (Excluding automatic micro processor based PLC
reinforcement and structural steel).with fully automatic micro processor with SCADA enabled reversible Drum
based PLC with SCADA enabled reversible Drum Type mixer/ concrete Type mixer/ concrete Batch mix plant
Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality (Pan mixer). The rates are inclusive of
Artificial Sand all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 90


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

9 Providing and laying Cast in situ/Ready Mix cement concrete M- 25 of trap/ Bd.F.8 Page No.302 and The work shall be carried out as per the
granite / quartzite/ gneiss metal for R.C.C. slabs and landings as per B.7, Page No.38 direction of engineer incharge.Only
detailed designs and drawings including centering, formwork, cover blocks, crusher broken metal shall be used.
compaction, finishing the formed surfaces with cement mortar 1:3 of Concrete shall be mixed iwith fully
sufficient minimum thickness to give a smooth and even surface or automatic micro processor based PLC
roughening if special finish is to be provided and curing etc. with SCADA enabled reversible Drum
complete.(Excluding reinforcement and structural steel).with fully automatic Type mixer/ concrete Batch mix plant
micro processor based PLC with SCADA enabled reversible Drum Type (Pan mixer). The rates are inclusive of
mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural all lifts and lead . Plywood or M.S. plate
sand/V.S.I. quality Artificial Sand shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 91


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

10 Providing & casting in situ cement concrete M-25 of trap/ granite/ Bd.F.9 Page No. The work shall be carried out as per the
quartzite/ gneiss metal for R.C.C. chajja as per detailed design & drawings 303 and B.7, Page No.38 direction of engineer incharge.Only
including centering, formwork, cover blocks compacting , curing , finishing crusher broken metal shall be used.
& roughening the surface if special finish is to be provided & curing Concrete shall be mixed iwith fully
complete. (Excluding reinforcement and structural steel).With fully automatic micro processor based PLC
automatic micro processor based PLC with SCADA enabled reversible with SCADA enabled reversible Drum
drum type concrete mixer With natural sand. Type mixer/ concrete Batch mix plant
(Pan mixer). The rates are inclusive of
all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 92


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

11 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of Bd.F.11 Page No.304 and The work shall be carried out as per the
trap/ granite/ quartzite/ gneiss metal for R.C.C. pardi of required thickness B.7, Page No. 38 direction of engineer incharge.Only
including centering, formwork, cover blocks, laying/pumping, compacting , crusher broken metal shall be used.
curing , finishing and rougheningthem if special finish is to be provided and Concrete shall be mixed iwith fully
curing complete.(Excluding reinforcement and structural steel).with fully automatic micro processor based PLC
automatic micro processor based PLC with SCADA enabled reversible with SCADA enabled reversible Drum
Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With Type mixer/ concrete Batch mix plant
natural sand/V.S.I. quality Artificial Sand (Pan mixer). The rates are inclusive of
all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 93


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

12 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of [Spec.No. :Bd.F.13 Page The work shall be carried out as per the
trap / quartzite /granite /gneiss metal for R.C.C. Waist slab, and steps of No. 305/IS:456(2000) ] direction of engineer incharge.Only
staircases as per detailed design and drawings or as directed including crusher broken metal shall be used.
steel centering, plywood/ steel formwork, steel props, laying/pumping, Concrete shall be mixed iwith fully
compaction, finishing uneven and honeycombed surface with C.M. 1:3 of automatic micro processor based PLC
sufficient minimum thickness to give a smooth and even surface or with SCADA enabled reversible Drum
roughening the surface if special finish is to be provided and curing etc. Type mixer/ concrete Batch mix plant
complete. (Excluding reinforcement, including cover block).(Newly laid (Pan mixer). The rates are inclusive of
concrete shall be covered by gunny bag, plastic, tarpaulin etc.) with fully all lifts and lead . Plywood or M.S. plate
automatic micro processor based PLC with SCADA enabled reversible shall only be used for the form work.
Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With Plywood to be used shall be of adequate
natural sand/V.S.I. quality Artificial Sand thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 94


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

13 Providing and laying Cast in situ/Ready Mix cement concrete in M-20 of Bd. F. 12 Page No. 304 & Only crusher broken metal shall be used.
trap/ granite/ quartzite/ gneiss metal for R.C.C.coping to plinth or parapet B-7, Pg 38 Concrete shall be mixed with fully
and sill of doors and windows moulded as per detailed drawings or automatic micro processor based PLC
chamfered as approved by the Engineer including centering, formwork, with SCADA enabled reversible Drum
cover blocks, laying/pumping, compacting , curing , finishing and Type mixer/ concrete Batch mix plant
roughening them if special finish is to be provided and curing complete. (Pan mixer) . The rates are inclusive of
(Excluding reinforcement and structural steel).with fully automatic micro all lifts and lead. The work shall be
processor based PLC with SCADA enabled reversible Drum Type mixer/ executed as per the direction of Engineer
concrete Batch mix plant (Pan mixer) etc. complete. With natural Incharge
sand/V.S.I. quality Artificial Sand
14 Providing and fixing in position HCRM / CRS (Corrosion Resistant Steel) Bd.F.17, Page The work shall be carried out as per
bar reinforcement of various diameters for R.C.C. pile caps, footings, No. 306 direction of engineer incharge. Steel shall
foundations, slabs, beams columns, canopies, staircase, newels, chajjas, be got tested as per IS norms
lintels pardis, copings, fins, arches etc. as per detailed designs, drawings
and schedules. including cutting, bending, hooking the bars, binding with
wires or tack welding and supporting as required complete.
15 Providing fly ash brick masonry with conventional / I.S. type fly ash bricks in As director by engineer The work shall be carried out as per
C.M. 1:6 in foundation and plinth including bailing out water manually incharge and BDG- 2 & 5 direction of engineer incharge. Only Fly
striking joints, racking out joints watering and scaffolding etc. complete. ash bricks should be used. Bricks should
be got tested as per IS norms. No extra
payment will be made on this account.
16 Providing fly ash brick masonry with conventional/ 1.5. type bricks in As director by engineer The work shall be carried out as per
cement mortar 1:6 in superstructure including striking joints, raking out incharge and BDG- 2 & 5 direction of engineer incharge. Only Fly
joints, watering and scaffolding etc. Complete ash bricks should be used. Bricks should
be got tested as per IS norms. No extra
payment will be made on this
account.The rates are inclusive of all lifts
and lead. The work shall be executed as
per the direction of Engineer Incharge
17 Providing Second class fly ash brick masonry with conventional / I.S. type BDG- 7Page No 316 The work shall be carried out as per
bricks in cement mortar 1:4 in half brick thick wall including mild steel direction of engineer incharge. Only Fly
longitudinal reinforcement of two bars of 6 mm diameter / two hoop iron ash bricks should be used. Bricks should
strips 25 mm x 1.60 mm at every third course, properly bent and bounded be got tested as per IS norms. No extra
at ends scaffolding raking out joints and watering etc. complete. payment will be made on this
account.The rates are inclusive of all lifts
and lead. The work shall be executed as
per the direction of Engineer Incharge

Contractor No Of Correction Executive Engineer 95


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

18 Providing internal cement plaster 6 mm thick in a single coat in cement Bd.L.1 Page No. The rates are includes all leads and lifts.
mortar 1:4 without neeru finish to concrete surface in all positions including 367 Any cracks appeared in plaster shall be
scaffolding and curing etc. complete. repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
19 Providing internal cement plaster 20mm thick in Single coats in cement Bd.L.4 Page No. The rates are includes all leads and lifts.
mortar 1:5 without neeru finish, to concrete, brick surface, in all positions 368 Any cracks appeared in plaster shall be
including scaffolding and curing etc. complete repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
20 Providing internal cement plaster 12mm thick in single coat in cement Bd. L.2 Page No. The rates are includes all leads and lifts.
mortar 1:4 without neeru finish to concrete or brick surfaces, in all positions 368 Any cracks appeared in plaster shall be
including scaffolding and curing etc. complete. repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
21 Providing internal cement plaster 12mm thick in single coat in cement Bd.L.1 Page No.
mortar 1:5 with neat cement finish to concrete or brick surfaces, in all 367 & As directed by
positions including scaffolding and curing etc. complete. Engineer in charge.
22 Providing and fabricating structural steel work in rolled sections like joists, Bd.C.2 Page No. The work shall be carried out as per
channels, angles, tees etc. as per detailed design and drawings or as 275 direction of engineer incharge. Steel shall
directed including cutting, fabricating, hoisting, erecting, fixing in position be got tested as per IS norms Testing
making riveted / bolted /welded connections without connecting plates, charges shall be borne by the contractor.
braces etc. and including one coat of nticorrosive paint and over it two
coats of oil painting of approved quality and shade etc. complete.
23 Providing sand faced plaster externally in cement mortar using approved Bd.L.7 Page No.369 The water proofing compound and sand
screened sand, in all positions including base coat of 15 mm thick in shall be got approved from the engineer
cement mortar 1:4 using waterproofing compound at 1 kg per cement bag incharge before use. The rate is
curing the same for not less than 2 days and keeping the surface of the inclusive of all leads and lifts
base coat rough to receive the sand faced treatment 6 to 8 mm thick in
cement mortar 1:4 finishing the surface by taking out grains and curing for
fourteen days scaffolding etc.complete.

Contractor No Of Correction Executive Engineer 96


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

24 Providing and laying ceramic tiles of having size 30 cm x 30 cm confirming BD M 12 page No 385 The samples should be got approved
to I.S.15622 /2006 (group D II-A) and 7 to 8 mm thick for flooring in required from the engineer incharge. The rates
position laid on a bed of 1:4 cement mortar including cement float, filling are inclusive of all leads and
joint with white/colour cement slurry cleaning curing etc. complete. lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
25 Providing and laying ceramic tiles of having size 30 cm. x 30 cm. and Bd.M.12 Page The samples should be got approved
confirming to corresponding I.S. for dado and skirting in required position No. 385. from the engineer incharge. The rates
with readymade adhesive mortar of approved quality on plaster of 1:2 are inclusive of all leads and
cement mortar including joint lifts.Required testing shall be conduct
filling with white/ colour cement slurry cleaning curing etc. complete. before use and cost of testing shall be
borne by contractor
26 Providing and laying vitrified matt fininsh tiles having size 590 mm to 605 Bd.M. 12 Page The samples should be got approved
mm x to 605 mm of 8 to 10 mm thickness and confirming IS. 15622-2006 No.385 from the engineer incharge. The rates
(Group Bla) of approved make, shade and pattern for flooring in required are inclusive of all leads and lifts.
position laid on a bed of 1:4 cement morar including neat cement float, Required testing shall be conduct before
filling joints, curing and cleaning etc. complete. a) Flooring use and cost of testing shall be borne by
contractor
27 Providing and laying vitrified mirror / glossy finish tiles having size 590 mm Bd.M. 12 PageNo.385 The samples should be got approved
to 605 mm x 590 mm to 605 mm of 8 to 10 mm thickness and confirming to from the engineer incharge. The rates
IS. 15622-2006 ( group Bla) of approved make, shade and pattern for are inclusive of all leads and lifts.
flooring in required position laid on a bed of 1:4 cement mortar including Required testing shall be conduct before
neat cement float, filling joints, curing and clearing etc. complete.b) Skirting use and cost of testing shall be borne by
contractor
28 Providing and fixing solid core flush door shutter in single leaf / double leaf Bd-T-34 Page No. 499 The Design and samples should be got
32 mm thick decorative type of exterior grade as per detailed drawings approved from the engineer incharge.
approved face veneers 3 mm thick on both faces or as directed, all The rates are inclusive of all leads and
necessary beads, mouldings and lipping, wrought iron old fasts, chromium lifts
plated fixtures and fastenings, with brass mortise lock, chromium plated
handles on both sides, and finishing with French Polish etc. complete..

Contractor No Of Correction Executive Engineer 97


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

29 Providing and fixing in position (as per 1868 / 1982) Alluminium sliding As directed by engineer-in- The Design and samples should be got
window of three tracks with rectangular pipe 95 x 38.10 x 0.90 mm at charge. approved from the engineer incharge.
weight 0.637 kg/Rmt. with window frame bottom track section 92 x 31.75 x The rates are inclusive of all leads and
1.30 mm at weight 1.070 kg/Rmt.. Top and side track section 92 x 31.75 x lifts
1.30 mm at weight 0.933 kg/Rmt. The shutter should be of bearing bottom
40 x 18 x 1.25 mm at weight 0.417 kg/Rmt. Inter locking section 40 x 18 x
1.10 mm at weight 0.469 kg/Rmt. and handle and top section 40 x 18 x 1.25
mm at weight o.417 kg/Rmt. As per detailed drawings and as directed by
Engineerincharge with all necessary Aluminium sections fixtures and
fastenings such as roller bearing in nylon casting and self locking catch
fitted in vertical section of shutter including 5 mm thick plain glass and
aluminium mosquito net shutter with stainless steel jail with all required
screws and nuts etc, complete. With colour Anodising with box
30 Providing and fixing 30mm thick SOLID PANEL PVC INTERNAL DOOR As directed by engineer-in- The Design and samples should be got
SHUTTER consisting of frame made out of M.S. tubes of 19 gauge charge. approved from the engineer incharge.
thickness and size of 40mm x 20mm for stiles ,top, lock and bottom rails. The rates are inclusive of all leads and
M.S. frame shall have a coat of steel primers of approved make and lifts
manufacture. M.S. frame shall be covered with 5mm thick heat molded PVC
channel of size 30 x 100mm forming stiles, and 5mm thick, 125mm wide
PVC sheets for top rail, lock rail and bottom rail on either side, and 15mm
(5mm x 3) thick, 20mm wide cross PVC sheet as gap insert for top rail and
bottom rail. Paneling of 10 mm thick prelam PVC sheet to be fitted in the
M.S. frame welded / sealed to the stiles and rails with 30mm wide x 5mm
thick PVC sheet beading on either side, and joined together with solvent
cement adhesive etc. An additional 5mm thick PVC strip of 20mm width is
to be stuck on the interior side of the C Channel using PVC solvent cement
adhesive. including stainless steel fixtures and fastening Complete as per
direction of engineerincharge,manufacturer's specification and drawing.
31 Providing and fixing M40 grade thick vibrated pull cast or similar type [Spec.No. : As directed by The samples should be got approved
concrete frame with chamfer conforming to I.S. 65241983 having 6 mm dia. Engineer incharge.] from the engineer incharge. The rates
bars 3 Nos. And stirrups @250 mm c/c and fixing in wall with 6 Nos of hold are inclusive of all leads and lifts
fast of 12 mm dia bars 500 mm long including primer and oil painting etc,
complete) frame size 60 mm x 100 mm .

Contractor No Of Correction Executive Engineer 98


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

32 Providing and fixing in position Mild steel fixed staggered ( Z Type ) As directed by engineer-in- The Design and samples should be got
Ventilator as per detailed drawing with hot deep zink coating including charge. approved from the engineer incharge.
fabricating with Mild steel 'Z 'Section of size 20mm x 25 mm and 3 mm thick The rates are inclusive of all leads and
at weight 1.42 Kg/Rmt,with stainless steel mosquito net of 304 Grade,4 mm lifts
thick float glass ?as directed by Engineer In charge including necessary
welding, grinding, two coats of oil paint tc.complete
33 Providing and fixing mild steel grill gate with angle iron frame 65mm x Bd.W.6 Page No.585 The Design and samples should be got
65mm x 10mm with iron bars at 150mm C/C and diagonal flats as er the approved from the engineer incharge.
detailed drawing including hinges, pivot block locking arrangement, welding The rates are inclusive of all leads and
riveting and oil painting of three coats of approved shade Weight of gate 35 lifts
Kg/Smt.
34 Providing and laying damp proof course 50 mm thick in M20 cement Bd.J.2 Page No. The Work should be carried out as per
concrete layer and bitumen / using cement with waterproofing compound 355 direction given by the engineer incharge.
curing, formwork etc. complete. The rates are inclusive of all leads and
lifts
35 Providing and fixing mild steel grill work for windows, ventilators etc. 20 [Spec.No. :Bd.U.1 The Design and samples should be got
kg/sqm as per drawing including fixtures, necessary welding and painting Page No. 537] approved from the engineer incharge.
with one coats of anticorrosive paint and two coats of oil painting complete. The rates are inclusive of all leads and
lifts
36 Providing and laying telephone black / Amba White Cadburybrown / Ruby As directed by Engineer-In- The Design and samples should be got
red / Ocean Brown granite stone of 18 to 20 mm thick for door frame/ dado/ Charge approved from the engineer incharge.
window boxing etc. On C.M. 1:6 including filling joints with polymer base The rates are inclusive of all leads and
filler nosing the sharp edges wherever necessary, curing, etc. complete. lifts
37 Providing and laying in position flooring of telephone black Amba White / Bd.M. 3 B/Page No. 380 The Design and samples should be got
Cat bary brown / Ruby red / Ocean Brown granite stone of approved shade approved from the engineer incharge.
and size 18 mm to 20 mm thick on bed 1:6 cement mortar including cement The rates are inclusive of all leads and
floats striking joints, pointing in C.M. 1:3 curing and cleaning etc. complete. lifts
38 Providing and laying polished hand cut Kotah Stone flooring 25mm to Bd.M.3 Page The samples should be got approved
30mm thick and 45cm to 55cm wide in plain/diamond pattern on a bed of No.380 from the engineer incharge. The rates
1:6 C.M. including cement float, filling joints with neat cement slurry, curing, are inclusive of all leads and lifts
polishing and cleaning complete.

Contractor No Of Correction Executive Engineer 99


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

39 Providing, laying and fixing exterior grade fibrilling fibre reinforcement heavy As directed by engineer-in- The Design and samples should be got
duty designer cement concrete tiles for Flooring of approved colour and charge. approved from the engineer incharge.
design 22 +/ -2 mm thick bayer colour pigmented as per IS ..1237 - 1980 The rates are inclusive of all leads and
having compressive strength more than 500 kg/sq.cm reaffirmed in 2006 lifts
,having wert transverse strength of 3.5 / mm 2, water absorption less than
10 % abrasion / wear resistance less than 2 mm ,skid resistance more than
25.0 (ASTM:E303) and no fading as per DIN - 51094 of size 300 x 300 in
plan / designed pattern on a bed of 1:4 cement mortar including cement
float ,filling joints with neat cement slurry ,curing, polishing and cleaning etc.
complete. For flooring.
40 Providing and fixing machine cut machine polished 18 mm 20 mm thick :Bd.M.22 B Page No. The Design and samples should be got
telephone black / Amba White / Cat bary brown RBI red / Ocean Brown 390 approved from the engineer incharge.
granite stone for treads and risers steps and staircases of approved colour The rates are inclusive of all leads and
and shade with rounded moulding and three grooved line for the treads on lifts
bed of 1:4 Cement mortar including float filling joints with neat cement slurry
curing polishing and cleaning etc. complete.
41 Providing and fixing on walls/ ceiling/ floor of required dia. CPVC pipe with Bd.V.5 Page No.551 ] The samples should be got approved
necessary fittings, remaking good the demolished portion etc. complete. from the engineer incharge. The rates
are inclusive of all leads and lifts.
Required testing shall be conduct before
use and cost of testing shall be borne by
contractor
42 Providing and laying in trenches medium grade (type) C.P.V.C. Bd.V.5 Page No.551 The samples should be got approved
(Chlorinated Poly Vinyl Chloride)pipe having embossed ISI Mark on it, of and from the engineer incharge. The rates
required diameter with screwed /plain sockets, joints, necessary c.p.v.c. As directed by engineer-in- are inclusive of all leads and lifts.
and brass fittings such as sockets, back nuts, elbows, bends, tees, charge. Required testing shall be conduct before
reducers, enlargers, plugs, clamps etc., including joining with approved use and cost of testing shall be borne by
fusion compound, necessary excavation, back filling, fixing with clamps, contractor
testing etc. complete. (Prior approval of sample and brand by Ex. Engineer
is necessary before use.)

Contractor No Of Correction Executive Engineer 100


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

43 Providing and fixing P.V.C. Rain water pipes of 110mm outer diameter and As directed by Engineer The samples should be got approved
having wall thickness of 2.2 to 2.7 mm confirming to I.S. 13592-1992 Incharge from the engineer incharge. The rates
including proper rainwater receiving recess with P.V.C. plug, bend, are inclusive of all leads and
necessary fittings, such as, offsets, shoes, inluding fixing the pipe on wall lifts.Required testing shall be conduct
using approved wooden cleats projecting 25mm to 40mm from face of wall before use and cost of testing shall be
a fixing with clips of approved quality and number ,filing the joint using borne by contractor
rubber gasket with solvent cement and properly resting the shoe of pipes on
C.C. or masonry blocks, including necessary scaffolding and maintenance
for 3 yrs for any leakages or dislocations of pipes. All the P.V.C. fittings and
additional 2 piece socket clips shall be got approved from engineer in
charge etc. complete. (The contractor shall give 3 yrs guarantee bond for
payment)
44 Providing and fixing screw down for 50 mm dia. wheeled stop tap of brass Bd.V.9 Page No. The samples should be got approved
including necessary sockets/ union nut complete. 555 from the engineer incharge. The rates
are inclusive of all leads and
lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
45 Providing and fixing screw down for 25 mm dia. wheeled stop tap of brass Bd.V.9 Page No. The samples should be got approved
including necessary sockets/union nut complete. 555 from the engineer incharge. The rates
are inclusive of all leads and
lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
46 Providing and fixing coloured glazed earthenware Wash Hand Basin of Bd.V.30 Page No. The samples should be got approved
55cm x 40 cm size including cold water pillar tap/cold and hot water pillar 565 from the engineer incharge. The rates
tap brackets, rubber plugs and brass chain, stop tap and necessary pipe are inclusive of all leads and
connection including P.V.C. waste pipe and trap up to the outside face of lifts.Required testing shall be conduct
the wall. before use and cost of testing shall be
borne by contractor
47 Providing and fixing orissa type colour glazed earthenware 625 x 450 mm. As directed by Engineer in The samples should be got approved
w.c. pan including trap, C.I. soil and vent pipe upto the out side face of wall charge. from the engineer incharge. The rates
including 100 mm. dia. C.I. plug, bend, 15mm. thick with flush cock with all are inclusive of all leads and
necessary pipe connection etc. complete. lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor

Contractor No Of Correction Executive Engineer 101


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

48 Providing and fixing 15 cm rigid PVC Nahani trap including PVC grating As directed by Engineer in The samples should be got approved
,bend ,connecting piece of UPVC pipe up to the outside face of wall charge. from the engineer incharge. The rates
,making the good damaged surface and testing etc. complete ( Prior are inclusive of all leads and
approval of sample and brand by Ex. Engr. is necessary before use) lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
49 Providing and fixing 15cm x 10cm salt glazed stoneware gully trap in Bd.V.38, Page The samples should be got approved
cement concrete 1:4:8 outside the building including cast iron grating in the No. 572 from the engineer incharge. The rates
sink, connecting glazed stoneware pipe, brick masonry chamber with cast are inclusive of all leads and
iron lid and cast iron grating for the gully trap. lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
50 Providing and constructing Brick Masonry Inspection Chamber 60cm x Bd.V.43 Page No.
45cm With R.C.C. raft in B.C. soil area including cost of 574
reinforcement, 1:2:4 cement concrete channels half round G.S.W. pipes,
Brick Masonry, plastering from inside and airtight 75 mm thick R.C.C. cover
medium duty 100 kg etc. complete.
51 Providing and constructing Brick Masonry Inspection Chamber 90cm x Bd.V.43 Page No.
45cm With R.C.C. raft in B.C. soil area including cost of 574
reinforcement, 1:2:4 cement concrete channels half round G.S.W. pipes,
Brick Masonry, plastering from inside and airtight 75 mm thick R.C.C. cover
medium duty 100 kg etc. complete.
52 Providing and fixing European type white glazed earthenware water closet [ Spec. No. : As directed by The samples should be got approved
pan with UPVC seat and lid with chromium plated brass hinges and rubber Engineer incharge.] from the engineer incharge. The rates
buffers including UPVC and vent pipe up to the outside face of wall without are inclusive of all leads and lifts.
flushing cistern with flush cock and with water Jet and necessary fittings
including cutting and making good to the walls and floors testing etc.
complete.( prior approval of sample and brand by Ex. Engineer is
necessary before use)
53 Providing and fixing black kadappa stone as shelves 25mm. thick machine Bd.M.29 Page The samples should be got approved
polished, extending the polish upto 20 cm width on lowerside, rounding No. 391 from the engineer incharge. The rates
corners, laying in position jointing with bedding cement mortar 1:4 are inclusive of all leads and lifts.
proportion curing etc etc. complete.

Contractor No Of Correction Executive Engineer 102


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

54 Providing and fixing Shutter to wall Cupboard consisting of Teak Wood As directed by Engineer in The samples should be got approved
styles and Rails 25 mm thick and 75 mm wide with panel insert of 12 mm charge. from the engineer incharge. The rates
thick particle Board with one approved coloured Laminated Face on one are inclusive of all leads and lifts.
side 1.5 mm thick, bonded with Phenol Formaldehyde Synthetic Resin
including Lipping Beading. Iron oxidised fixtures and fastening and oil
primer coat etc. complete. (Excluding cupboard frame).
55 Providing and fixing H.D.P container Syntex or alike one piece moulded As directed by engineer-in- The samples should be got approved
water tank made out of high density polythyler and built corrugated inclusive charge. from the engineer incharge. The rates
of delivery up to destination hoisting and fixing of accessories such as are inclusive of all leads and lifts.
inlet,outlet overflow pipe inclusive of all tanks capacity between 200 to 1000
liters
56 Providing and fixing 450mm x 550mm size superior type Belgium mirror As directed by Engineer in The samples should be got approved
with 16mm dia. nickel plated towel rod etc. complete. charge. from the engineer incharge. The rates
are inclusive of all leads and lifts.
57 Providing and fixing 15 mm dia. screw down bib/ stop tap of brass including Bd.V.8 Page No. The samples should be got approved
necessary socket union nut complete. 554 from the engineer incharge. The rates
are inclusive of all leads and lifts.
58 Providing and fixing 100 mm dia. chromium plated brass showers rose to Bd.V.12 Page No.556 The samples should be got approved
15mm dia. supply pipe including necessary bend and socket complete. from the engineer incharge. The rates
are inclusive of all leads and lifts.
59 Providing soak pit of size 120cm x 120cm x 120cm including excavating Bd.V.46, Page
and filling with brick-bats. No. 576
60 Providing and fixing heavy duty inter locking concrete Gray paving blocks of A directed by Engineer in
60 mm thickness of having a strength of 300 kg/Sq.cm. of approved quality charge
and shape on a bed of crushed sand of 25 to 30 mm thick including skirting
joints and cleaning etc. complete.

Contractor No Of Correction Executive Engineer 103


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

61 Providing and fixing P.V.C. Rain water pipes of 160mm outer diameter and As directed by Engineer
having wall thickness of 2.2 to 2.7 mm confirming to I.S. 13592-1992 Incharge
including proper rainwater receiving recess with P.V.C. plug, bend,
necessary fittings, such as, offsets, shoes,inluding fixing the pipe on wall
using approved wooden cleats projecting 25mm to 40mm from face of wall
a fixing with clips of approved quality and number ,filing the joint using
rubber gasket with solvent cement and properly resting the shoe of pipes on
C.C. or masonry blocks, including necessary scaffolding and maintenance
for 3 yrs for any leakages or dislocations of pipes. All the P.V.C. fittings and
additional 2 piece socket clips shall be got approved from engineer in
charge etc. complete. (The contractor shall give 3 yrs guarantee bond for
payment)
62 Providing and fixing in position Partitions/Shelves/seating platforms of A directed by Engineer in
polished Granite stone of 18 mm to 20 mm thickthickness ,including charge
making groove in wall / concrete surface filling joints with slurry, curing,
polishing, rounding edges, as required cleaning etc. complete.
63 Providing Quarter-round Moulding ( Half Moulding ) to 18 mm to 20 mm A directed by Engineer in
thick granite stone including fine polishing and cleaning charge
etc. complete.
64 Providing patti/ band 100mm wide on plastered surface 12 mm to 15 mm A directed by Engineer in
thick in C.M. 1:3 line and level including neat finishing scaffolding curing charge
etc. complete.
65 Providing and laying cement concrete flooring 50 mm thick with M15 Bd.M.7 Page No.
cement concrete laid to proper level and slope in alternate bays including 383
compaction filling joints, marking lines to give the appearance of tiles of
30cm x 30cm or other size laid diagonally/ square etc finishing smooth (with
extra cement) in any colour as directed and curing etc. complete. With
Natural Sand
66 Providing and fixing chromium plated towel rod 16 mm dia and 75 cm. in As directed by Engineer in
length including all accessories complete. charge.

Contractor No Of Correction Executive Engineer 104


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

67 Providing and applying two coats of 100 % pure acrylic water based paint As directed by engineer-in- Colour ,shade, and make shall be got
with special heat reflectance propoerty to withstand the harsh climate for charge. approved from engineer incharge before
period 10 years, jotunjota shield color Xtreme or Equivalent make. Paint application. After preparation of the
system should provide durable and long lasting finish with DFT of min 90 surface,and applying priming coat
microns and should protect against concrete carbonation with R value of surface must be shown and got approved
minimum 600 and equivalent concrete layer thickness value of min 150 by the engineer incharge. After
.The paint has to be applied on a coat of high quality acrylic copolymer completion of first coat, surface must be
based alkali resistant primer with excellent penetrating properties including shown and got approved by the engineer
cleaning , with all leads and lift at all levels etc complete as directed by incharge before the application of next
engineer in charge coat and subsequently. The rate is
inclusive of all leads and lifts
68 Providing and applying nerolac impression 24 carrat luxury or equivalent As directed by engineer-in- Colour ,shade, and make shall be got
approved brand emulsion paint to interior wall and ceilings of approved charge. approved from engineer incharge before
quality, colour and shade to new surface in two coats including sub surface application. After preparation of the
preparation by Acrylic putty and Acrylic primer coats including scaffolding, surface,and applying priming coat
preparing the surface. etc. complete. surface must be shown and got approved
by the engineer incharge. After
completion of first coat, surface must be
shown and got approved by the engineer
incharge before the application of next
coat and subsequently. The rate is
inclusive of all leads and lifts
69 Providing and fixing Italina glass moasic tiles in gradation pattern as As directed by Engineer in-
directed by Engineer -in-charge in required position with readymade glass charge. ]
mosaic adhesive and grout on 12 mm. thick cement plaster of C.M. 1:4 and
neat cement float including filling joints, curing and cleaning etc. complete.
70 Providing and laying concrete pipes of I.S.NP. class of 225mm diameter in Bd.V.41, Page
proper line, level and slope including necessary collars, excavation, laying, No. 573
fixing with collars in cement mortar 1:1 and refilling the trench complete.
71 Providing and laying cement concrete pipe of IS 458:2003 NP-2 class of CD 7 page No 162
450mm diameter in proper line, level and slope including providing and
fixing collars in cement mortar 1:2 and curing etc. complete.

Contractor No Of Correction Executive Engineer 105


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

72 Providing and fixing in position. (as per I.S.1868 / 1982) Aluminium sliding As directed by Engineer-in-
window of two tracks with rectangular pipe having overall dimension 63.50 x charge.
38.10 x 1.02 mm at weight 0.547 kg/Rmt. and window frame bottom track
section 61.85 x 31.75 x 1.20 mm at weight 0.695 kg/Rmt. Top and side
track section 61.85 x 31.75 x 1.30 mm at weight 0.659 kg/Rmt. The shutter
should be of bearing bottom 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt.
Inter locking section 40 x 18 x 1.10 mm at weight 0.469 kg/Rmt. And handle
section 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt. and top section 40 x 18
x 1.25 mm at weight 0.417 kg/Rmt. As per detailed drawings and as
directed by Engineer in charge with all necessary Aluminium sections
fixtures and fastenings such as roller bearing in nylon casting and self
locking catch fitted in vertical section of shutter including 5 mm thick plain
glass with all required screws and nuts etc, complete. With colour Anodising
with box.
73 Providing & Fixing of Armstrong or equivalent Mineral Fibre As directed by Engineer-in-
Suspended Ceiling System with Bioguard (Bevelled Tegular) EDGE charge.
TILES WITH ARMSTRONG or Equivalent 15mm Exposed GRID. The
tiles should have Humidity Resistance (RH) of 99%, Light Reflectance
90% , Thermal Conductivity k = 0.052 0.057 w/m K, Colour White, Fire
Performance UK Class 0/Class 1 (BS 476 Part 6 & 7), in module
size of 600x600 x 16mm with Anti Microbial coating on the face of
the tile, suitable for Green Building application, with Recycled content
of 34%. The tile shall be laid on precoated G.I. channel on XL2 Clip
having a web height of 32 mm 32 with 15 mm wide T section
flangescolour white having rotary stitching on all T sections i.e. the
Main Runner & 1200 mm Cross Tees with a web height of 32mm
and a load carrying capacity of 7.7 Kgs/M2 & pull out strength of
100Kgs. . The T Sections have a Galvanizing of 90 grams per M2
and need to be installed with Suspension systemof Armstrong or
equivalent make. The Tile & Grid system used ogether should carry
a 10 year warranty. products approved at
GRIHA and BS 476 etc. complete.

Contractor No Of Correction Executive Engineer 106


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

74 Providing Green Build Product (GBP) Build Fast Plus masonry ecofriendly As directed by Engineer-in-
wet mix /Blocks laying Adhesive is a pre- polymerized, wet mix jointing charge.
adhesive which is suitable for Building masonry walls with all kind of blocks
with thickness of thin layer of 2mm to 4mm between masonry units. There
is no need to pre-wet the Blocks nor to post cure the wall with
water.Confirming to IS 2185 of size 75 x 240x 650 mm superstructure
including striking joints, racking outjoints facesand scaffolding etc.
complete.
75 Providing cement based water proofing treatment to terraces (Indian water As directed by Engineer-in-
proofing or alike) with brick bats laid in required slope to drain the water for charge.
any span after cleaning the base surface. Applying a coat of cement slurry
admixed with approved water proofing compound and laying the brick bats
on bottom layer in C.M.1:5 admixed with approved water proofing
compound filling up to half depth of brick bats, curing this layer for 3 days,
applying cement slurry over this layer joints of brick bats with C.M.1:3
admixed with approved water proofing compound and finally top finishing
with average 20 mm. thick layers of same mortar added with jute fiber at 1
Kg per bag including finishing the surface smooth with cement slurry
admixed with approved water proofing compound. Marking finished surface
with false squares of 300mm x 300 mm. making the junctions at the parapet
rounded and tapered top for required height, with drip mould at the junction
of plaster and parapet and curing and covering 10 years Guarantee against
leakproofness on Court fee stamp paper of Rs. 500/including ponding test
etc. complete.
76 Providing water proof bedding for flooring of Bath and WC 25 mm thick in As directed by Engineer-in-
C.M. 1:3 including using approved water proofing compound in specified charge.
proportion as per manufacturers specifications for per bag of cement
including leveling, curing and covering 10 years guarantee on court fee
stamp paper of Rs.500/- including ponding test etc. complete.

Contractor No Of Correction Executive Engineer 107


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

77 Providing and laying jointless Polydee-LM, a highly flexible elastometric As directed by Engineer-in-
coating for RCC / cementitious surface for terrace waterproofing on B.B. charge.
Coba / R.C.C, after application of TP-42 Primer on erfectly clean surface
(free from loose dust and foreign matter) application of 1st coat of Polydee-
LM @ 700 gms/sqm and applying 2nd coat of Polydee-LM @ 700 gms/sqm
and finishing the same with sprinkling the AG-10 granules on the wet
coating. (After finishing covering the treatment with 25mm cement plaster
for protection with fibrillated 6mm Plyplast fibre @ 125 gms/sqm to be paid
in separate item.) covering 7 years guarantee on Court Fee Stamp Paper of
Rs. 100/- etc. complete.
78 Providing preconstructional antitermite treatment as per I.S. 6313 (Part-II) As directed by Engineer-in-
by treating the top surface of plinth filling at the rate of 5 litres of emulsion charge.
concentrate at 1.0 percent clorophyrifos per square metre of surface area
covering ten years guarantee on bond paper.
79 Providing preconstructional antitermite treatment as per I.S. 6313 (Part-I) to As directed by Engineer-in-
the soil along the external face of building by punching holes of 1.2 of 1.5 charge.
C.M. diametre about 30 -60 cm deep at 15 cm c/c as close to the wall as
possible and to inject 0.5 percent of aldrin or clorophyrifos at the rate of 7.5
litres per hole and sealing the same with proper filling and covering 10 years
guarantee on bond paper.

80 Providing and fixing chicken mesh of 22 gauge, with about 30 cm. width at As directed by Engineer-in-
the junction of R.C.C members and brick work, of approved quality charge.
including fixing mesh in position by necessary drilling in concrete
/B.B.masonry and or tying by binding wire etc. complete.
81 Providing and fixing in position after hoisting, precast 1:2 cement mortar Bd. F. 20 Page No. 307
reinforced jali 80 mm thick with 3 mm diameter mild steel bar reinforcement,
of approved design on both sides, fixing in cement mortar 1:3 and curing
etc complete.
82 Providing and fixing in position aluminium partly openable and partly fixed As directed by Engineer-in-
window of any size as per detailed drawing and as directed by charge.
Engineerincharge with all necessary alluminium sections including
necessary fixtures and fastening with 5 mm thick float glass etc. complete.
b) With powder coating Note While arriving at the rate of item of item weight
at 6.90 kg/Sqm considered.

Contractor No Of Correction Executive Engineer 108


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

83 Providing and fixing in position aluminium openable window of any size as As directed by Engineer-in-
per detailed drawing and as directed by Engineerincharge with all charge.
necessary alluminium sections including necessary fixtures and fastening
with 5 mm thick clear float glass etc. complete. b) With powder coating Note
While arriving at the rate of item of item weight at 6.90 kg/Sqm
isconsidered.
84 Providing and fixing in position aluminium fixed window fully glazed of any As directed by Engineer-in-
size as per detailed drawing and as directed by Engineerincharge with all charge.
necessary alluminium sections including necessary fixtures and fastening
such as 5 mm thick clear float glass etc. complete. b) With powder coating
Note While arriving at the rate of item of item weight at 6.90 kg/Sqm
is considered.
85 Providing Mirror Polish to New / old Marble /Kota / granite stone flooring As directed by Engineer-in-
/dado by polishing machine using superior polishing stone of 0 to 6 no.of charge.
Suri Company and equivalent and applying superior quality of polishing
material including necessary labour and cleaning the srface etc. complete.
Note:-item to be executed with the prior permission from Superintending
Engineer.
86 Providing and fixing 900mm high S.S.304 Grade Stainless steel railing with As directed by Engineer-in-
40mm diameter and 1.5mm thick at top,40mm diameter and 1.5mm thick charge.
vertical supports spaced at 1.5m center to center and 8mm thick toughened
glass including fabricating ,fixtures, errecting , necessary welding , grinding
finishing, buffing to stainless steel pipe etc. complete

Contractor No Of Correction Executive Engineer 109


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

87 Providing and fixing of colour coated Zincaluminium( R ) AZ150 min 150 As directed by Engineer-in-
gms/sq.mt. total on each side ) profiled sheets for roofing. The feed material charge.
is manufactured out of nominal 0.45 mm Base Metal Thickness ( BMT ) (0.5
mm TCT ), Hi-strength steel with min.550 MPa yield strength, metallic hot
dip coated withAluminium-Zinc alloy (55% aluminiumm 43.4% zinc 1.6%
silicon) with COLORBOND ( R ) steel quality super durable polyster paint
coat ( with inorganic pigment). The paint shall have a total coating thickness
of nominal 35 mm, comprising of nominal 25mmexterior coat on top surface
and nominal 10 um reverse coat on back surface. Profile sheet shall have
nom. 9501050 mm effective cover width and nominal 25-30 mm deep ribs
with sublet square fluting in the five pan at nominal 180-250 mmcenter-to-
center. The end rib shall be designed for anticapacity groove. and return
leg. The feed material should have coil manufacturers product details
marked a regular interval. including fasteners with min. fastened with min.
25 um Zinc-Tin alloy coated, Hex head, self-drilling screw etc. complete.
(weight of profile 4.52 kg/sqm) 301 mm to 600 mm girth (SurfaceWidth).
88 Providing preconstructional antitermite treatment as per I.S. 6313 (Part-II) As directed by Engineer in
treatment by treating the backfill in immediate contact with foundation at charge.
the rate of 5 litres of emulsion concentrate of 1.0 percent of clorophyrifos per
square metre of vertical surface area covering 10 years guarantee on bond
paper.
89 Providing and fixing cold rolled steel hollow door frame 105mm x 60mm for As directed by Engineer-in-
anysizes including hold fast hinges, tie members with red oxide and gray charge.
paint etc. complete as per I.S.I. specifications and code of practice
prescribed including anticorrosive treatment as directed by the engineer..
90 Providing and fixing White Glazed Earthenware full stall type Urinal with Bd.V.23 Page No. 562
P.V.C. flushing cistern of 5 liters capacity with fitting, inlet pipes and stop
tap, brackets for fixing the cistern, 32 mm dia. P.V.C flush pipe with fittings
and flushing arrangement including lead soil pipe, lead trap, soil pipe
connection up to the outside face of the wall
91 Drilling borewell of 200 to 215 and 150 mm diameter in hard rock of DTH As directed by Engineer-in-
machine including transportation of machine etc complete charge.
92 Providing and placing 150 mm dia. M.S. casing pipe of thickness 4.6 mm As directed by Engineer-in-
and fixing bore cap after completion of borewell charge.

Contractor No Of Correction Executive Engineer 110


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

93 Providing and applying Texture plaster with finishing with Purlina/ Rustic As directed by Engineer-in-
texture material (with texture material of Asian/ Renava/ Nitco/ Temtex or charge.
equivalant company make) in 3 to milimeter thickness on previously
finished plastered surface including plaster Groove 6mm thick or Tape
Grooves 35 to 45 mm thickness or as required in all postion including
preparing the surface scaffolding etc. complete. ( Excluding texture Paint
and Texture Paint Finishing) (Prior permission of S.E. is required before
inclusion of this item in the estimate)
94 Providing and fixing during laying in RCC Slab rectangular 2 mm thick M.S. As directed by Engineer-in-
sheet fan hook box of size 180x100 mm with required depth with holes or charge.
notches as required, bottom and top sides of 1.6 mm M.S. sheet fixed with
3.5 mm dia. round headed screws together with 12 mm dia. M.S. bar bent
to shape with hooked ends for fan hook and painting to exposed surface
95 Providing and laying in situ / ready mix controlled grade of M25 of trap As directed by Engineer in
/granite /quartzite /gneiss metal for RCC works in cut off walls / curtain walls charge.
including necessary scaffolding, centering, compacting by vibrator, finishing
and curing etc. complete. (with fully automatic micro processor based PLC
with SCADA enabled with reversible drum type mixer/ concrete batch mix
plant (pan mixer) with natural /artifical sand, excluding reinforcement)
96 Providing, fabricating and erecting at site of work the tubular steel structure As directed by Engineer-in-
(shed) as per standard design and specifications having various spans in charge.
between trusses and in multiples of standard length of bays as specified as
per standard specifications, inclusive of cost of steel tubular trusses, tubular
columns purlins, tie runners, foundation bolts, base plates, nuts and bolts,
welding wherever required etc. as per detailed drawing inclusive of one coat
of anticorrosive paint and two coats of oil painting of approved quality and
shade etc. complete.
Spec. No. : As directed by Engineer-in-charge..
97 Providing and fabricating structural steel work in rolled sections like joists, As directed by Engineer-in-
channels, angles, tees etc. as per detailed design and drawings or as charge.
directed including cutting, fabricating, hoisting, erecting, fixing in position
making riveted / bolted /welded connections without connecting plates,
braces etc. and including one coat of nticorrosive paint and over it two
coats of oil painting of approved quality and shade etc. complete.

Contractor No Of Correction Executive Engineer 111


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

98 Preparing instant Lawn :- Excavating the ground to a required depth of 20 As directed by Engineer-in-
cm removing & conveying unwanted stuff to a required distance as directed charge.
providing & filling fresh garden soil and manure in 3:1 directed watering
previous night planting 2 to 3 ( Two to three ) years old healthy tress
sampling as per specification maintaining till well established upto 6( Six
)months by watering ,weeding stirring of soil ,replacing of casualties etc
complete
99 Providing expansion joints in R.C.C. framed structure (interior column) with Bd.K.1 Page No. 359
plain premoulded filler 25 mm thick including fixing T.W. battens on both
faces and finishing as directed etc. Complete.
100 Providing expansion joints in R.C.C. framed structure (exterior Columns) Bd.K.1 Page No. 359
with plain premoulded filler 25 mm thick and 3 mm thick alluminium plate,
hold fast, fixing T.W. battens on internal face, finishing etc. complete as
directed.
101 Providing expansion joints in R.C.C. framed structure (at floor level) with Bd.K.1 Page No. 359
premoulded filler 25 mm thick and 3 mm thick aluminium plate as required,
bitumen poured filler and fixing T.W. battens on rear faces etc. complete as
directed.
102 Providing groove to required size at specified location as directed by As directed by Engineer-in-
Engineer, at junction of brick masonry wall and R.C.C beams or charge.
Column, at junction of composite masonry, including scaffolding
, finishing, curing etc. complete.
103 Providing and constructing granite kitchen platform with fixing of stainless As directed by Engineer-in-
steel sink 600 mm x 450 mm size as per detailed drawing including vertical charge.
both side polished kadappah stone 25 to 30 mm thick supports with
kadappah top 35 to 40 mm thick and polished granite 16 to 20 mm top with
side strips of granite at front and both sides of platform raised with two
vertical granite supports 15 cm height and top granite of 75 x 40 cm
including cutting, opening for sink of required size in kadappah as well as
granite etc. complete. (Platform top size 5.00 m x 0.60 m and height is 0.75
m)
104 Transporttion of Excavated Material including Loading Unloading , lead As directed by Engineer-in-
upto 3.00 Km charge.

Contractor No Of Correction Executive Engineer 112


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

1 Providing and laying Cast in situ/Ready Mix cement concrete M- 25 of trap / Bd.F.5 Page No. The work shall be carried out as per the
granite /quartzite/ gneiss metal for R.C.C. columns as per detailed designs 300 and B- direction of engineer incharge.Only
and drawings or as directed including centering, formwork, cover blocks 7,Page No 38. crusher broken metal shall be used.
compacting and roughening if special finish is to be provided and curing etc. Concrete shall be mixed iwith fully
complete. (Excluding reinforcement and structural steel).with fully automatic automatic micro processor based PLC
micro processor based PLC with SCADA enabled reversible Drum Type with SCADA enabled reversible Drum
mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural Type mixer/ concrete Batch mix plant
sand/V.S.I. quality Artificial (Pan mixer). The rates are inclusive of
Sand all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 113


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

2 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of Bd.F.6 Page No.300 and The work shall be carried out as per the
trap/ granite/ quartzite/ gneiss metal for R.C.C. beams and lintels as per B.7, Page No.38 direction of engineer incharge.Only
detailed designs and drawings or as directed including centering, formwork, crusher broken metal shall be used.
cover blocks, laying/pumping, ompactionand roughening the surface if Concrete shall be mixed iwith fully
special finish is to be provided and curing etc. complete. (Excluding automatic micro processor based PLC
reinforcement and structural steel).with fully automatic micro processor with SCADA enabled reversible Drum
based PLC with SCADA enabled reversible Drum Type mixer/ concrete Type mixer/ concrete Batch mix plant
Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality (Pan mixer). The rates are inclusive of
Artificial Sand all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 114


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

3 Providing and laying Cast in situ/Ready Mix cement concrete M- 25 of trap/ Bd.F.8 Page No. The work shall be carried out as per the
granite / quartzite/ gneiss metal for R.C.C. slabs and landings as per 302 and B.7, Page No.384 direction of engineer incharge.Only
detailed designs and drawings including centering, formwork, cover blocks, crusher broken metal shall be used.
compaction, finishing the formed surfaces with cement mortar 1:3 of Concrete shall be mixed iwith fully
sufficient minimum thickness to give a smooth and even surface or automatic micro processor based PLC
roughening if special finish is to be provided and curing etc. with SCADA enabled reversible Drum
complete.(Excluding reinforcement and structural steel).with fully automatic Type mixer/ concrete Batch mix plant
micro processor based PLC with SCADA enabled reversible Drum Type (Pan mixer). The rates are inclusive of
mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural all lifts and lead . Plywood or M.S. plate
sand/V.S.I. quality Artificial Sand shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 115


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

4 Providing & casting in situ cement concrete M-25 of trap/ granite/ Bd.F.8 Page No.303 and The work shall be carried out as per the
quartzite/ gneiss metal for R.C.C. chajja as per detailed design & drawings B.7, Page No.38 direction of engineer incharge.Only
including centering, formwork, cover blocks compacting , curing , finishing crusher broken metal shall be used.
& roughening the surface if special finish is to be provided & curing Concrete shall be mixed iwith fully
complete. (Excluding reinforcement and structural steel).With fully automatic micro processor based PLC
automatic micro processor based PLC with SCADA enabled reversible with SCADA enabled reversible Drum
drum type concrete mixer With natural sand. Type mixer/ concrete Batch mix plant
(Pan mixer). The rates are inclusive of
all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 116


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

5 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of Bd.F.11 Page No. The work shall be carried out as per the
trap/ granite/ quartzite/ gneiss metal for R.C.C. pardi of required thickness 304 and B.7, Page No. 38 direction of engineer incharge.Only
including centering, formwork, cover blocks, laying/pumping, compacting , crusher broken metal shall be used.
curing , finishing and rougheningthem if special finish is to be provided and Concrete shall be mixed iwith fully
curing complete.(Excluding reinforcement and structural steel).with fully automatic micro processor based PLC
automatic micro processor based PLC with SCADA enabled reversible with SCADA enabled reversible Drum
Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With Type mixer/ concrete Batch mix plant
natural sand/V.S.I. quality Artificial Sand (Pan mixer). The rates are inclusive of
all lifts and lead . Plywood or M.S. plate
shall only be used for the form work.
Plywood to be used shall be of adequate
thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 117


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

6 Providing and laying Cast in situ/Ready Mix cement concrete in M-25 of [Spec.No. :Bd.F.13 Page The work shall be carried out as per the
trap / quartzite /granite /gneiss metal for R.C.C. Waist slab, and steps of No. 305/IS:456(2000) ] direction of engineer incharge.Only
staircases as per detailed design and drawings or as directed including crusher broken metal shall be used.
steel centering, plywood/ steel formwork, steel props, laying/pumping, Concrete shall be mixed iwith fully
compaction, finishing uneven and honeycombed surface with C.M. 1:3 of automatic micro processor based PLC
sufficient minimum hickness to give a smooth and even surface or with SCADA enabled reversible Drum
roughening the surface if special finish is to be provided and curing etc. Type mixer/ concrete Batch mix plant
complete. (Excluding einforcement, including cover block).(Newly laid (Pan mixer). The rates are inclusive of
concrete shall be covered by gunny bag, plastic, tarpaulin etc.) with fully all lifts and lead . Plywood or M.S. plate
automatic micro processor based PLC with SCADA enabled reversible shall only be used for the form work.
Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With Plywood to be used shall be of adequate
natural sand/V.S.I. quality Artificial Sand thickness and grade and will be
approved by engineer incharge . In case
of M.S.plate to be used for form work , it
shall also be got approved from engineer
incharge . The arrangement of form work
to be errected shall have to be got
approved from the engineer incharge
before commencement of its errection .
For obtaining specified cover either
mortar cover block or plastic fibre cover
block of required thickness as approved
from engineer incharge shall only be
used. and its spacing shall be got
approved from the engineer incharge.
charges of design of mix shall be born by
the contractor. .Before application
Shuttering design should be got
approved from the engineer incharge .

Contractor No Of Correction Executive Engineer 118


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

7 Providing and laying Cast in situ/Ready Mix cement concrete in M-20 of Bd. F. 12 Page No. 304 & Only crusher broken metal shall be used.
trap/ granite/ quartzite/ gneiss metal for R.C.C.coping to plinth or parapet B-7, Pg 38 Concrete shall be mixed with fully
and sill of doors and windows moulded as per detailed drawings or automatic micro processor based PLC
chamfered as approved by the Engineer including centering, formwork, with SCADA enabled reversible Drum
cover blocks, laying/pumping, compacting , curing , finishing and Type mixer/ concrete Batch mix plant
roughening them if special finish is to be provided and curing complete. (Pan mixer) . The rates are inclusive of
(Excluding reinforcement and structural steel).with fully automatic micro all lifts and lead. The work shall be
processor based PLC with SCADA enabled reversible Drum Type mixer/ executed as per the direction of Engineer
concrete Batch mix plant (Pan mixer) etc. complete. With natural Incharge
sand/V.S.I. quality Artificial Sand
8 Providing and fixing in position HCRM / CRS (Corrosion Resistant Steel) Bd.F.17, PageNo. 306 The work shall be carried out as per
bar reinforcement of various diameters for R.C.C. pile caps, footings, direction of engineer incharge. Steel shall
foundations, slabs, beams columns, canopies, staircase, newels, chajjas, be got tested as per IS norms
lintels pardis, copings, fins, arches etc. as per detailed designs, drawings
and schedules. including cutting, bending, hooking the bars, binding with
wires or tack welding and supporting as required complete.
9 Providing fly ash brick masonry with conventional/ 1.5. type bricks in As director by engineer The work shall be carried out as per
cement mortar 1:6 in superstructure including striking joints, raking out incharge and BDG- 2 & 5 direction of engineer incharge. Only Fly
joints, watering and scaffolding etc. Complete ash bricks should be used. Bricks should
be got tested as per IS norms. No extra
payment will be made on this
account.The rates are inclusive of all lifts
and lead. The work shall be executed as
per the direction of Engineer Incharge
10 Providing Second class fly ash brick masonry with conventional / I.S. type As director by engineer The work shall be carried out as per
bricks in cement mortar 1:4 in half brick thick wall including mild steel incharge and BDG- 2 & 5 direction of engineer incharge. Only Fly
longitudinal reinforcement of two bars of 6 mm diameter / two hoop iron ash bricks should be used. Bricks should
strips 25 mm x 1.60 mm at every third course, properly bent and bounded be got tested as per IS norms. No extra
at ends scaffolding raking out joints and watering etc. complete. payment will be made on this
account.The rates are inclusive of all lifts
and lead. The work shall be executed as
per the direction of Engineer Incharge

Contractor No Of Correction Executive Engineer 119


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

11 Providing internal cement plaster 6 mm thick in a single coat in cement Bd.L.1 Page No. The rates are includes all leads and lifts.
mortar 1:4 without neeru finish to concrete surface in all positions including 367 Any cracks appeared in plaster shall be
scaffolding and curing etc. complete. repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
12 Providing internal cement plaster 20mm thick in Single coats in cement Bd.L.4 Page No. The rates are includes all leads and lifts.
mortar 1:5 without neeru finish, to concrete, brick surface, in all positions 368 Any cracks appeared in plaster shall be
including scaffolding and curing etc. complete repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
13 Providing internal cement plaster 12mm thick in single coat in cement Bd. L.2 Page No.368 The rates are includes all leads and lifts.
mortar 1:5 without neeru finish to concrete or brick surfaces, in all positions Any cracks appeared in plaster shall be
including scaffolding and curing etc. complete. repaired as per direction of engineer
incharge by using Gypsum or plaster of
paris.No extra payment will be made on
this account.
14 Providing internal cement plaster 12mm thick in single coat in cement Bd.L.1 Page No.
mortar 1:5 with neat cement finish to 1.5mm thick concrete or brick 367 & As directed by
surfaces, in all positions including scaffolding and curing etc. complete. Engineer in charge.
15 Providing and fabricating structural steel work in rolled sections like joists, Bd.C.2 Page No. The work shall be carried out as per
channels, angles, tees etc. as per detailed design and drawings or as 275 direction of engineer incharge. Steel shall
directed including cutting, fabricating, hoisting, erecting, fixing in position be got tested as per IS norms Testing
making riveted / bolted /welded connections without connecting plates, charges shall be borne by the contractor.
braces etc. and including one coat of nticorrosive paint and over it two
coats of oil painting of approved quality and shade etc. complete.
16 Providing sand faced plaster externally in cement mortar using approved Bd.L.7 Page No. The water proofing compound and sand
screened sand, in all positions including base coat of 15 mm thick in 369 shall be got approved from the engineer
cement mortar 1:4 using waterproofing compound at 1 kg per cement bag incharge before use. The rate is
curing the same for not less than 2 days and keeping the surface of the inclusive of all leads and lifts
base coat rough to receive the sand faced treatment 6 to 8 mm thick in
cement mortar 1:4 finishing the surface by taking out grains and curing for
fourteen days scaffolding etc.complete.

Contractor No Of Correction Executive Engineer 120


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

17 Providing and laying ceramic tiles of having size 30 cm x 30 cm confirming Bd.M.12 Page No. 385. The samples should be got approved
to I.S.15622/2006 (group D II-A) and 7 to 8 mm thick for flooring in required from the engineer incharge. The rates
position laid on a bed of 1:4 cement mortar including cement float, filling are inclusive of all leads and
joint with white/colour cement slurry cleaning curing etc. complete. lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
18 Providing and laying ceramic tiles of having size 30 cm. x 30 cm. and Bd.M.12 Page The samples should be got approved
confirming to corresponding I.S. for dado and skirting in required position No. 385. from the engineer incharge. The rates
with readymade adhesive mortar of approved quality on plaster of 1:2 are inclusive of all leads and
cement mortar including joint lifts.Required testing shall be conduct
filling with white/ colour cement slurry cleaning curing etc. complete. before use and cost of testing shall be
borne by contractor
19 Providing and laying vitrified matt fininsh tiles having size 590 mm to 605 Bd.M. 12 Page The samples should be got approved
mm x to 605 mm of 8 to 10 mm thickness and confirming IS. 15622-2006 No.385 from the engineer incharge. The rates
(Group Bla) of approved make, shade and pattern for flooring in required are inclusive of all leads and
position laid on a bed of 1:4 cement morar including neat cement float, lifts.Required testing shall be conduct
filling joints, curing and cleaning etc. complete. a) Flooring before use and cost of testing shall be
borne by contractor
20 Providing and laying vitrified mirror / glossy finish tiles having size 590 mm Bd.M. 12 Page The samples should be got approved
to 605 mm x 590 mm to 605 mm of 8 to 10 mm thickness and confirming to No.385 from the engineer incharge. The rates
IS. 15622-2006 ( group Bla) of approved make, shade and pattern for are inclusive of all leads and
flooring in required position laid on a bed of 1:4 cement mortar including lifts.Required testing shall be conduct
neat cement float, filling joints, curing and clearing etc. complete.b) before use and cost of testing shall be
Skirting/dado borne by contractor
21 Providing and fixing solid core flush door shutter in single leaf / Double leaf BD-T-34 Page No. 499 The Design and samples should be got
32 mm thick decorative type of exterior grade as per detailed drawings approved from the engineer incharge.
approved face veneers 3 mm thick on both faces or as directed, all The rates are inclusive of all leads and
necessary beads, mouldings and lipping, wrought iron old fasts, chromium lifts
plated fixtures and fastenings, with brass mortise lock, chromium plated
handles on both sides, and finishing with French Polish etc. complete..

Contractor No Of Correction Executive Engineer 121


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

22 Providing and fixing in position (as per 1868 / 1982) Alluminium sliding : As directed by Engineer The Design and samples should be got
window of three tracks with rectangular pipe 95 x 38.10 x 0.90 mm at incharge approved from the engineer incharge.
weight 0.637 kg/Rmt. with window frame bottom track section 92 x 31.75 x The rates are inclusive of all leads and
1.30 mm at weight 1.070 kg/Rmt.. Top and side track section 92 x 31.75 x lifts
1.30 mm at weight 0.933 kg/Rmt. The shutter should be of bearing bottom
40 x 18 x 1.25 mm at weight 0.417 kg/Rmt. Inter locking section 40 x 18 x
1.10 mm at weight 0.469 kg/Rmt. and handle and top section 40 x 18 x 1.25
mm at weight o.417 kg/Rmt. As per detailed drawings and as directed by
Engineerincharge with all necessary Aluminium sections fixtures and
fastenings such as roller bearing in nylon casting and self locking catch
fitted in vertical section of shutter including 5 mm thick plain glass and
aluminium mosquito net shutter with stainless steel jail with all required
screws and nuts etc, complete. With colour Anodising with box
23 Providing and fixing 30mm thick SOLID PANEL PVC INTERNAL DOOR As directed by Engineer The samples should be got approved
SHUTTER consisting of frame made out of M.S. tubes of 19 gauge incharge. from the engineer incharge. The rates
thickness and size of 40mm x 20mm for stiles ,top, lock and bottom rails. are inclusive of all leads and lifts
M.S. frame shall have a coat of steel primers of approved make and
manufacture. M.S. frame shall be covered with 5mm thick heat molded PVC
channel of size 30 x 100mm forming stiles, and 5mm thick, 125mm wide
PVC sheets for top rail, lock rail and bottom rail on either side, and 15mm
(5mm x 3) thick, 20mm wide cross PVC sheet as gap insert for top rail and
bottom rail. Paneling of 10 mm thick prelam PVC sheet to be fitted in the
M.S. frame welded / sealed to the stiles and rails with 30mm wide x 5mm
thick PVC sheet beading on either side, and joined together with solvent
cement adhesive etc. An additional 5mm thick PVC strip of 20mm width is
to be stuck on the interior side of the C Channel using PVC solvent cement
adhesive. including stainless steel fixtures and fastening Complete as per
direction of engineer in charge,manufacturer's specification and drawing.
24 Providing and fixing M40 grade thick vibrated pull cast or similar type : As directed by Engineer The Design and samples should be got
concrete frame with chamfer conforming to I.S. 65241983 having 6 mm dia. incharge approved from the engineer incharge.
bars 3 Nos. And stirrups @250 mm c/c and fixing in wall with 6 Nos of hold The rates are inclusive of all leads and
fast of 12 mm dia bars 500 mm long including primer and oil painting etc, lifts
complete) frame size 60 mm x 100 mm .

Contractor No Of Correction Executive Engineer 122


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

25 Providing and fixing in position Mild steel fixed staggered ( Z Type ) : As directed by Engineer The Design and samples should be got
Ventilator as per detailed drawing with hot deep zink coating including incharge approved from the engineer incharge.
fabricating with Mild steel 'Z 'Section of size 20mm x 25 mm and 3 mm thick The rates are inclusive of all leads and
at weight 1.42 Kg/Rmt,with stainless steel mosquito net of 304 Grade,4 mm lifts
thick float glass ?as directed by Engineer In charge including necessary
welding, grinding, two coats of oil paint tc.complete
26 Providing and fixing mild steel grill gate with angle iron frame 65mm x Bd.W.6 Page No.585 The Design and samples should be got
65mm x 10mm with iron bars at 150mm C/C and diagonal flats as er the approved from the engineer incharge.
detailed drawing including hinges, pivot block locking arrangement, welding The rates are inclusive of all leads and
riveting and oil painting of three coats of approved shade Weight of gate 35 lifts
Kg/Smt.
27 Providing and fixing mild steel grill work for windows, ventilators etc. 20 [Spec.No. :Bd.U.1 The Design and samples should be got
kg/sqm as per drawing including fixtures, necessary welding and painting Page No. 537] approved from the engineer incharge.
with one coats of anticorrosive paint and two coats of oil painting complete. The rates are inclusive of all leads and
lifts
28 Providing and laying telephone black / Amba White Cadburybrown / Ruby As directed by Engineer-In- The Design and samples should be got
red / Ocean Brown granite stone of 18 to 20 mm thick for door frame/ dado/ Charge approved from the engineer incharge.
window boxing etc. On C.M. 1:6 including filling joints with polymer base The rates are inclusive of all leads and
filler nosing the sharp edges wherever necessary, curing, etc. complete. lifts
29 Providing and laying in position flooring of telephone black Amba White / Bd.M. 3 B/Page No. 380 The Design and samples should be got
Cat bary brown / Ruby red / Ocean Brown granite stone of approved shade approved from the engineer incharge.
and size 18 mm to 20 mm thick on bed 1:6 cement mortar including cement The rates are inclusive of all leads and
floats striking joints, pointing in C.M. 1:3 curing and cleaning etc. complete. lifts
30 Providing and laying polished hand cut Kotah Stone flooring 25mm to Bd.M.3 PageNo.380 The samples should be got approved
30mm thick and 45cm to 55cm wide in plain/diamond pattern on a bed of from the engineer incharge. The rates
1:6 C.M. including cement float, filling joints with neat cement slurry, curing, are inclusive of all leads and lifts
polishing and cleaning complete.
31 Providing and fixing machine cut machine polished 18 mm 20 mm thick [Spec.No. :Bd.M.22 The Design and samples should be got
telephone black / Amba White / Cat bary brown RBI red / Ocean Brown Page No. 390 ] approved from the engineer incharge.
granite stone for treads and risers steps and staircases of approved colour The rates are inclusive of all leads and
and shade with rounded moulding and three grooved line for the treads on lifts
bed of 1:4 Cement mortar including float filling joints with neat cement slurry
curing polishing and cleaning etc. complete.

Contractor No Of Correction Executive Engineer 123


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

32 Providing and fixing on walls/ ceiling/ floor of required dia. CPVC pipe with [Spec.No. :Bd.V.5 Page The samples should be got approved
necessary fittings, remaking good the demolished portion etc. complete. No.551 ] from the engineer incharge. The rates
are inclusive of all leads and
lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
33 Providing and fixing P.V.C. Rain water pipes of 110mm outer diameter and As directed by Engineer The samples should be got approved
having wall thickness of 2.2 to 2.7 mm confirming to I.S. 13592-1992 Incharge from the engineer incharge. The rates
including proper rainwater receiving recess with P.V.C. plug, bend, are inclusive of all leads and
necessary fittings, such as, offsets, shoes, inluding fixing the pipe on wall lifts.Required testing shall be conduct
using approved wooden cleats projecting 25mm to 40mm from face of wall before use and cost of testing shall be
a fixing with clips of approved quality and number ,filing the joint using borne by contractor
rubber gasket with solvent cement and properly resting the shoe of pipes on
C.C. or masonry blocks, including necessary scaffolding and maintenance
for 3 yrs for any leakages or dislocations of pipes. All the P.V.C. fittings and
additional 2 piece socket clips shall be got approved from engineer in
charge etc. complete. (The contractor shall give 3 yrs guarantee bond for
payment)
34 Providing and fixing screw down for 50 mm dia. wheeled stop tap of brass Bd.V.9 Page No. The samples should be got approved
including necessary sockets/ union nut complete. 555 from the engineer incharge. The rates
are inclusive of all leads and
lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
35 Providing and fixing screw down for 25 mm dia. wheeled stop tap of brass Bd.V.9 Page No. The samples should be got approved
including necessary sockets/union nut complete. 555 from the engineer incharge. The rates
are inclusive of all leads and
lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
36 Providing and fixing coloured glazed earthenware Wash Hand Basin of Bd.V.30 Page No. The samples should be got approved
55cm x 40 cm size including cold water pillar tap/cold and hot water pillar 565 from the engineer incharge. The rates
tap brackets, rubber plugs and brass chain, stop tap and necessary pipe are inclusive of all leads and
connection including P.V.C. waste pipe and trap up to the outside face of lifts.Required testing shall be conduct
the wall. before use and cost of testing shall be
borne by contractor

Contractor No Of Correction Executive Engineer 124


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

37 Providing and fixing orissa type colour glazed earthenware 625 x 450 mm. As directed by Engineer in The samples should be got approved
w.c. pan including trap, C.I. soil and vent pipe upto the out side face of wall charge. from the engineer incharge. The rates
including 100 mm. dia. C.I. plug, bend, 15mm. With flush cock with all are inclusive of all leads and
necessary pipe connection etc. complete. lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
38 Providing and fixing 15 cm rigid PVC Nahani trap including PVC grating BDV 23 The samples should be got approved
,bend ,connecting piece of UPVC pipe up to the outside face of wall As directed by Engineer in from the engineer incharge. The rates
,making the good damaged surface and testing etc. complete ( Prior charge. are inclusive of all leads and
approval of sample and brand by Ex. Engr. is necessary before use) lifts.Required testing shall be conduct
before use and cost of testing shall be
borne by contractor
39 Providing and fixing European type white glazed earthenware water closet [ Spec. No. : As directed by The samples should be got approved
pan with UPVC seat and lid with chromium plated brass hinges and rubber Engineer incharge.] from the engineer incharge. The rates
buffers including UPVC and vent pipe up to the outside face of wall without are inclusive of all leads and lifts.
flushing cistern with flush cock and with water Jet and necessary fittings
including cutting and making good to the walls and floors testing etc.
complete.( prior approval of sample and brand by Ex. Engineer is
necessary before use)
40 Providing and fixing black kadappa stone as shelves 25mm. thick machine Bd.M.29 Page The samples should be got approved
polished, extending the polish upto 20 cm width on lowerside, rounding No. 391 from the engineer incharge. The rates
corners, laying in position jointing with bedding cement mortar 1:4 are inclusive of all leads and lifts.
proportion curing etc etc. complete.
41 Providing and fixing Shutter to wall Cupboard consisting of Teak Wood As directed by Engineer in The samples should be got approved
styles and Rails 25 mm thick and 75 mm wide with panel insert of 12 mm charge. from the engineer incharge. The rates
thick particle Board with one approved coloured Laminated Face on one are inclusive of all leads and lifts.
side 1.5 mm thick, bonded with Phenol Formaldehyde Synthetic Resin
including Lipping Beading. Iron oxidised fixtures and fastening and oil
primer coat etc. complete. (Excluding cupboard frame).
42 Providing and fixing H.D.P container Syntex or alike one piece moulded As directed by engineer-in- The samples should be got approved
water tank made out of high density polythyler and built corrugated inclusive charge. from the engineer incharge. The rates
of delivery up to destination hoisting and fixing of accessories such as are inclusive of all leads and lifts.
inlet,outlet overflow pipe inclusive of all tanks capacity between 200 to 1000
liters
43 Providing and fixing 450mm x 550mm size superior type Belgium mirror As directed by Engineer in The samples should be got approved
with 16mm dia. nickel plated towel rod etc. complete. charge. from the engineer incharge. The rates
are inclusive of all leads and lifts.

Contractor No Of Correction Executive Engineer 125


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

44 Providing and fixing 15 mm dia. screw down bib/ stop tap of brass including Bd.V.8 Page No. The samples should be got approved
necessary socket union nut complete. 554 from the engineer incharge. The rates
are inclusive of all leads and lifts.
45 Providing and fixing 100 mm dia. chromium plated brass showers rose to Bd.V.12 Page No. The samples should be got approved
15mm dia. supply pipe including necessary bend and socket complete. 556 from the engineer incharge. The rates
are inclusive of all leads and lifts.
46 Providing and fixing P.V.C. Rain water pipes of 160mm outer diameter and As directed by Engineer
having wall thickness of 2.2 to 2.7 mm confirming to I.S. 13592-1992 Incharge
including proper rainwater receiving recess with P.V.C. plug, bend,
necessary fittings, such as, offsets, shoes,inluding fixing the pipe on wall
using approved wooden cleats projecting 25mm to 40mm from face of wall
a fixing with clips of approved quality and number ,filing the joint using
rubber gasket with solvent cement and properly resting the shoe of pipes on
C.C. or masonry blocks, including necessary scaffolding and maintenance
for 3 yrs for any leakages or dislocations of pipes. All the P.V.C. fittings and
additional 2 piece socket clips shall be got approved from engineer in
charge etc. complete. (The contractor shall give 3 yrs guarantee bond for
payment)
47 Providing and fixing in position Partitions/Shelves/seating platforms of As directed by Engineer
polished Granite stone of 18 mm to 20 mm thickthickness ,including Incharge
making groove in wall / concrete surface filling joints with slurry, curing,
polishing, rounding edges, as required cleaning etc. complete.
48 Providing and fixing stainless steel sink of size 600 x 510 x 200 mm As directed by Engineer
incluidng coupling, outlet pipe, elbow and other necessary fitting, finishing Incharge
etc. complete.
49 Providing Quarter-round Moulding ( Half Moulding ) to 18 mm to 20 mm As directed by Engineer
thick granite stone including fine polishing and cleaning Incharge
etc. complete.
50 Providing patti/ band 100mm wide on plastered surface 12 mm to 15 mm As directed by Engineer
thick in C.M. 1:3 line and level including neat finishing scaffolding curing Incharge
etc. complete.
51 Providing and fixing chromium plated towel rod 16 mm dia and 75 cm. in As directed by Engineer
length including all accessories complete. Incharge

Contractor No Of Correction Executive Engineer 126


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

52 Providing and applying two coats of 100 % pure acrylic water based paint As directed by Engineer Colour ,shade, and make shall be got
with special heat reflectance propoerty to withstand the harsh climate for Incharge approved from engineer incharge before
period 10 years, jotunjota shield color Xtreme or Equivalent make. Paint application. After preparation of the
system should provide durable and long lasting finish with DFT of min 90 surface,and applying priming coat
microns and should protect against concrete carbonation with R value of surface must be shown and got approved
minimum 600 and equivalent concrete layer thickness value of min 150 by the engineer incharge. After
.Paint should have breathability property and should be able to hailine completion of first coat, surface must be
cracks in the surface upto 0.5mmThe paint has to be applied on a coat of shown and got approved by the engineer
high quality acrylic copolymer based alkali resistant primer with excellent incharge before the application of next
penetrating properties including cleaning , with all leads and lift at all levels coat and subsequently. The rate is
etc complete as directed by engineer in charge inclusive of all leads and lifts
53 Providing and applying nerolac impression 24 carrat luxury or equivalent As directed by Engineer Colour ,shade, and make shall be got
approved brand emulsion paint to interior wall and ceilings of approved Incharge approved from engineer incharge before
quality, colour and shade to new surface in two coats including sub surface application. After preparation of the
preparation by Acrylic putty and Acrylic primer coats including scaffolding, surface, and applying priming coat
preparing the surface. etc. complete. surface must be shown and got approved
by the engineer incharge. After
completion of first coat, surface must be
shown and got approved by the engineer
incharge before the application of next
coat and subsequently. The rate is
inclusive of all leads and lifts
54 Providing and fixing in position. (as per I.S.1868 / 1982) Aluminium sliding As directed by Engineer
window of two tracks with rectangular pipe having overall dimension 63.50 x Incharge
38.10 x 1.02 mm at weight 0.547 kg/Rmt. and window frame bottom track
section 61.85 x 31.75 x 1.20 mm at weight 0.695 kg/Rmt. Top and side
track section 61.85 x 31.75 x 1.30 mm at weight 0.659 kg/Rmt. The shutter
should be of bearing bottom 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt.
Inter locking section 40 x 18 x 1.10 mm at weight 0.469 kg/Rmt. And handle
section 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt. and top section 40 x 18
x 1.25 mm at weight 0.417 kg/Rmt. As per detailed drawings and as
directed by Engineer in charge with all necessary Aluminium sections
fixtures and fastenings such as roller bearing in nylon casting and self
locking catch fitted in vertical section of shutter including 5 mm thick plain
glass with all required screws and nuts etc, complete. With colour Anodising
with box.

Contractor No Of Correction Executive Engineer 127


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

55 Providing & Fixing of Armstrong or equivalent Mineral Fibre As directed by Engineer


Suspended Ceiling System with Bioguard (Bevelled Tegular) EDGE Incharge
TILES WITH ARMSTRONG or Equivalent 15mm Exposed GRID. The
tiles should have Humidity Resistance (RH) of 99%, Light Reflectance
90%, Thermal Conductivity k = 0.052 0.057 w/m K, Colour White, Fire
Performance UK Class 0/Class 1 (BS 476 Part 6 & 7), in module
size of 600x600 x 16mm with Anti Microbial coating on the face of
the tile, suitable for Green Building application, with Recycled content
of 34%. The tile shall be laid on precoated G.I. channel on XL2 Clip
having a web height of 32 mm 32 with 15 mm wide T section
flanges colour white having rotary stitching on all T sections i.e. the
Main Runner & 1200 mm Cross Tees with a web height of 32 mm
and a load carrying capacity of 7.7 Kgs/M2 & pull out strength of
100Kgs. . The T Sections have a Galvanizing of 90 grams per M2
and need to be installed with Suspension system of Armstrong or
equivalent make. The Tile & Grid system used ogether should carry
a 10 year warranty. products approved at
GRIHA and BS 476 etc. complete.
56 Providing Green Build Product (GBP) Build Fast Plus masonry ecofriendly As directed by Engineer
wet mix /Blocks laying Adhesive is a pre- polymerized, wet mix jointing Incharge
adhesive which is suitable for Building masonry walls with all kind of blocks
with thickness of thin layer of 2mm to 4mm between masonry units. There
is no need to pre-wet the Blocks nor to post cure the wall with
water.Confirming to IS 2185 of size 75 x 240x 650 mm superstructure
including striking joints, racking outjoints faces
and scaffolding etc. complete.
57 Providing & fixing turbo Ventilator of fan of 600 mm throat diametre of As directed by Engineer
alluminium and of approved make including fixing to dome manufacture Incharge
from same material used for roofing all necessary fittings etc complete(Prior
specific permission of S.E. shall be obtained before inclusion of this item in
the estimate.)

Contractor No Of Correction Executive Engineer 128


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

58 Providing cement based water proofing treatment to terraces (Indian water As directed by Engineer
proofing or alike) with brick bats laid in required slope to drain the water for Incharge
any span after cleaning the base surface. Applying a coat of cement slurry
admixed with approved water proofing compound and laying the brick bats
on bottom layer in C.M.1:5 admixed with approved water proofing
compound filling up to half depth of brick bats, curing this layer for 3 days,
applying cement slurry over this layer joints of brick bats with C.M.1:3
admixed with approved water proofing compound and finally top finishing
with average 20 mm. thick layers of same mortar added with jute fiber at 1
Kg per bag including finishing the surface smooth with cement slurry
admixed with approved water proofing compound. Marking finished surface
with false squares of 300mm x 300 mm. making the junctions at the parapet
rounded and tapered top for required height, with drip mould at the junction
of plaster and parapet and curing and covering 10 years Guarantee against
leakproofness on Court fee stamp paper of Rs. 500/including ponding test
etc. complete.
59 Providing waterproof plaster in W.C. and bath in all positions consising of As directed by Engineer
specialised approved waterproffing compound and material as per Incharge
manufacturer spacification and covering 7 years gaurantee bond on court
fee stamp paper of Rs 100 including all leads and lift and ponding test etc
complete
60 Providing and laying jointless Polydee-LM, a highly flexible elastometric As directed by Engineer
coating for RCC / cementitious surface for terrace waterproofing on B.B. Incharge
Coba / R.C.C, after application of TP-42 Primer on erfectly clean surface
(free from loose dust and foreign matter) application of 1st coat of Polydee-
LM @ 700 gms/sqm and applying 2nd coat of Polydee-LM @ 700 gms/sqm
and finishing the same with sprinkling the AG-10 granules on the wet
coating. (After finishing covering the treatment with 25mm cement plaster
for protection with fibrillated 6mm Plyplast fibre @ 125 gms/sqm to be paid
in separate item.) covering 7 years guarantee on Court Fee Stamp Paper of
Rs. 100/- etc. complete.
61 Providing cast in situ / ready mix M15 grade cement concrete for head walls CD 8 Page 163
of CD work / retaining walls etc. including necessary form work,
compaction, finishing and curing etc. complete. (with reversible drum type
mixer/ concrete batch mix plant (pan mixer) with SCADA with Natural / VSI
standard Artificial Sand

Contractor No Of Correction Executive Engineer 129


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

62 Providing and fixing chicken mesh of 22 gauge, with about 30 cm. width at As directed by Engineer
the junction of R.C.C members and brick work, of approved quality Incharge
including fixing mesh in position by necessary drilling in concrete
/B.B.masonry and or tying by binding wire etc. complete.
63 Providing and fixing in position after hoisting, precast 1:2 cement mortar Bd. F. 20 Page No. 308
reinforced jali 80 mm thick with 3 mm diameter mild steel bar reinforcement,
of approved design on both sides, fixing in cement mortar 1:3 and curing
etc complete.
64 Providing and fixing in position aluminium partly openable and partly fixed As directed by Engineer
window of any size as per detailed drawing and as directed by Engineer in Incharge
charge with all necessary alluminium sections including necessary fixtures
and fastening with 5 mm thick float glass etc. complete. b) With powder
coating Note While arriving at the rate of item of item weight at 6.90 kg/Sqm
considered.
65 Providing and fixing in position aluminium openable window of any size as As directed by Engineer
per detailed drawing and as directed by Engineer in charge with all Incharge
necessary alluminium sections including necessary fixtures and fastening
with 5 mm thick clear float glass etc. complete. b) With powder coating Note
While arriving at the rate of item of item weight at 6.90 kg/Sqm is
considered.
66 Providing and fixing in position aluminium fixed window fully glazed of any As directed by Engineer
size as per detailed drawing and as directed by Engineer in charge with all Incharge
necessary alluminium sections including necessary fixtures and fastening
such as 5 mm thick clear float glass etc. complete. b) With powder coating
Note While arriving at the rate of item of item weight at 6.90 kg/Sqm
is considered.
67 Providing Mirror Polish to New / old Marble /Kota / granite stone flooring As directed by Engineer
/dado by polishing machine using superior polishing stone of 0 to 6 no.of Incharge
Suri Company and equivalent and applying superior quality of polishing
material including necessary labour and cleaning the srface etc. complete.
Note:-item to be executed with the prior permission from Superintending
Engineer.
68 Providing and fixing 900mm high S.S.304 Grade Stainless steel railing with As directed by Engineer
40mm diameter and 1.5mm thick at top,40mm diameter and 1.5mm thick Incharge
vertical supports spaced at 1.5m center to center and 8mm thick toughened
glass including fabricating ,fixtures, errecting , necessary welding , grinding
finishing, buffing to stainless steel pipe etc. complete

Contractor No Of Correction Executive Engineer 130


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

69 Providing and installing the polycarbonate sheet multivalved 10mm thick in As directed by Engineer
approved shed and colour , fixed with self tapping screw and as per Incharge
instructed by Engineers incharge
70 Providing and fixing cold rolled steel hollow door frame 105mm x 60mm for As directed by Engineer
anysizes including hold fast hinges, tie members with red oxide and gray Incharge
paint etc. complete as per I.S.I. specifications and code of practice
prescribed including anticorrosive treatment as directed by the engineer..
71 Providing and fixing White Glazed Earthenware full stall type Urinal with Bd.V.23 Page No. 562
P.V.C. with flush cock and with fitting, inlet pipes and stop tap, 32 mm dia.
P.V.C flush pipe with fittings and flushing arrangement including lead soil
pipe, lead trap, soil pipe connectionup to the outside face of the wall
72 Providing and applying Texture plaster with finishing with Purlina/ Rustic As directed by Engineer
texture material (with texture material of Asian/ Renava/ Nitco/ Temtex or Incharge
equivalant company make) in 3 to 4 milimeter thickness on previously
finished plastered surface including plaster Groove 6mm thick or Tape
Grooves 35 to 45 mm thickness or as required in all postion including
preparing the surface scaffolding etc. complete. ( Excluding texture Paint
and Texture Paint Finishing) (Prior permission of S.E. is required before
inclusion of this item in the estimate)
73 Providing and fixing during laying in RCC Slab rectangular 2 mm thick M.S. As directed by Engineer
sheet fan hook box of size 180x100 mm with required depth with holes or Incharge
notches as required, bottom and top sides of 1.6 mm M.S. sheet fixed with
3.5 mm dia. round headed screws together with 12 mm dia. M.S. bar bent
to shape with hooked ends for fan hook and painting to exposed surface
74 Providing and laying in situ / ready mix controlled grade of M25 of trap As directed by Engineer
/granite /quartzite /gneiss metal for RCC works in cut off walls / curtain walls Incharge
including necessary scaffolding, centering, compacting by vibrator, finishing
and curing etc. complete. (with fully automatic micro processor based PLC
with SCADA enabled with reversible drum type mixer/ concrete batch mix
plant (pan mixer) with natural /artifical sand, excluding reinforcement)

Contractor No Of Correction Executive Engineer 131


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

75 Providing and applying exterior primer and two coat of Acrylic (Thermal Bd.P.6 Page No.414 & Pre- Colour ,shade, and make shall be got
heat reflective) exterior paint with SRI>100 & minimum guarantee of approval of Superintending approved from engineer incharge before
reduction in roof temperature by 180 C of approved quality, colour and Engineer application. After preparation of the
shade including safety ladder, pulley system, scaffolding if necessary, surface,and applying priming coat
preparing the surface etc. complete. surface must be shown and got approved
by the engineer incharge. After
completion of first coat, surface must be
shown and got approved by the engineer
incharge before the application of next
coat and subsequently. The rate is
inclusive of all leads and lifts
76 Providing, fabricating and erecting at site of work the tubular steel structure B-18 Page No. 78
(shed) as per standard design and specifications having various spans in
between trusses and in multiples of standard length of bays as specified as
per standard specifications, inclusive of cost of steel tubular trusses, tubular
columns purlins, tie runners, foundation bolts, base plates, nuts and bolts,
welding wherever required etc. as per detailed drawing inclusive of one coat
of anticorrosive paint and two coats of oil painting of approved quality and
shade etc. complete.
Spec. No. : As directed by Engineer-in-charge..
77 Providing and fixing tree guard on a given location having 3 M.S angle of 20 As directed by Engineer
x 20 x 4 mm - 1.67 mts long, M.S flat of 20 x 4 mm at top middle and 15 cm Incharge
from bottom and cage covered with welded mesh of 12 gauge and having
checks of 75 x 25 mm properly welded including fixing , colouring and
naming the tree guard as directed etc complete
78 Providing and fabricating structural steel work in rolled sections like joists, Bd.C.2 Page No. 275
channels, angles, tees etc. as per detailed design and drawings or as
directed including cutting, fabricating, hoisting, erecting, fixing in position
making riveted / bolted /welded connections without connecting plates,
braces etc. and including one coat of nticorrosive paint and over it two
coats of oil painting of approved quality and shade etc. complete.

Contractor No Of Correction Executive Engineer 132


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

79 Preparing instant Lawn :- Excavating the ground to a required depth of 20 As directed by Engineer
cm removing & conveying unwanted stuff to a required distance as directed Incharge
providing & filling fresh garden soil and manure in 3:1 to a height of 20cms
directed watering previous night planting 2 to 3 ( Two to three ) years old
healthy tress sampling as per specification maintaining till well established
upto 6( Six )months by watering ,weeding stirring of soil ,replacing of
casualties etc complete
80 Providing expansion joints in R.C.C. framed structure (interior column) with Bd.K.1 Page No. 359
plain premoulded filler 25 mm thick including fixing T.W. battens on both
faces and finishing as directed etc. Complete.
81 Providing expansion joints in R.C.C. framed structure (exterior Columns) Bd.K.1 Page No. 359
with plain premoulded filler 25 mm thick and 3 mm thick alluminium plate,
hold fast, fixing T.W. battens on internal face, finishing etc. complete as
directed.
82 Providing expansion joints in R.C.C. framed structure (at floor level) with Bd.K.1 Page No. 359
premoulded filler 25 mm thick and 3 mm thick aluminium plate as required,
bitumen poured filler and fixing T.W. battens on rear faces etc. complete as
directed.
83 Providing expansion joints in R.C.C. framed structure (at terrace level) with Bd.K.1 Page No. 359
premoulded filler 25 mm thick and 3 mm thick aluminium plate as required,
bituminous poured filler, fixing lead, flashing on upper side and T.W.
battens on inner face finishing etc. Complete as directed.
84 Providing groove to required size at specified location as directed by As directed by Engineer
Engineer, at junction of brick masonry wall and R.C.C beams or Incharge
Column, at junction of composite masonry, including scaffolding,
finishing, curing etc. complete.

Contractor No Of Correction Executive Engineer 133


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

85 Providing and fixing lightening conductor system comprising of BDW /Page 581 and As
erecting AirTermination consisting of tubular copper rod of 25mm dia. directed by Engineer
1.2mm thick with multiple points head 1.2mt. long (Heavy Duty) Incharge
welded or clamped to G.I. pipe pole B Grade 50mm dia.
of required length with M.S. round base plate 25cm. diam. and 10mm
thick at bottom embeded in cement concrete 1:3:6 foundation of size
45cm diam. x 45cm Height and providing earthing with copper earth
plate of size 60 x 60 x 0.3cms with cadmium plated nut bolts to fix
earthing strip burried in specially prepared earth pit 1.5 metre below
ground level with 40 Kg charcoal and salt with alternate layers of
charcoal and salt and G.I. pipe 40mm dia. 2 metrer length burried in
earth upto earthling plate remaining portion above ground level for
watering and refilling complete. Note Copper trip from lightening
conductor is not considered in this item.
86 Providing and fixing copper strip 25 mm wide and 3 mm thick for BDW /Page 581 and As
lightening conductor including fixing with screws required scaffolding directed by Engineer
etc. complete. Note Lightening conductor and Incharge
earthing pit is not considered in this item.
87 As directed by Engineer
Royalty Charges
Incharge
88 As directed by Engineer
Testing of Material
Incharge
89 Providing of Services of Site Supervisor Engineer to supervise /Asi the work As directed by Engineer
on behalf of PWD his/her services will be at the disposal of PWD( 24 days Incharge
in month @ 1239/per day
90 Excavation for roadway in earth, soil of all sorts, sand, gravel or soft murum MORTH 301
including dressing section to the required grade, camber and side slopes
and conveying the excavated materials with all lifts upto a lead of 50m. and
spreading for embankment or stacking as directed.
91 Conveying materials obtained from road cutting including all lifts, laying in MORTH 305
layers of 20cm to 30cm. breaking clods, dressing to the required lines,
curves, grades and section, 2 Km . inclusive from the site of excavation to
the site of deposition as directed.

Contractor No Of Correction Executive Engineer 134


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

92 Watering and compacting the embankment formed of materialsto 97% As directed by Engineer
Standard Proctor density obtained from the road cutting, departmental Incharge
landsor other sources within a lead of 50 m. after laying them inlayers of 20
cm to 30 cm with 3% Camber and designsuperelevation etc. complete.
(Compaction with Power roller).
93 Supplying Soft murum at the road site, including conveying and stacking MORTH 408
complete.
94 Providing granular sub base (drainage layer ) by coarse graded materials MORTH 401
confirming to grading-II of Table-400-2 of MORT & H in 50:30:20
proportion of 40 mm, 20 mm crusher broken metal and sand respectively,
spreadingon prepared surface, mixing by mix in place method at OMC and
compacting to achieve the desired density etc. complete as per clause 401
for grading-II material etc complete.(B) Compaction by Vibratory Roller
95 Providing, laying, spreading and compacting stone aggregates of specific MORTH 404
sizes to water bound macadam specification including spreading in uniform
thickness, hand packing to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill up the
interstices of coarse aggregate, watering and compacting with Intelligent
Compactor with compaction analyzer and V-Sat attachment. to the required
density. Grading I (Using Screening Type A (13.2) mm Aggregate)
96 Providing, laying, spreading and compacting stone aggregates of specific MORTH 404
sizes to water bound macadam specification including spreading in uniform
thickness, hand packing to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill up the
interstices of coarse aggregate, watering and compacting with Intelligent
Compactor with compaction analyzer and V-Sat attachment. to the required
density. Grading II (Using Screening Type B (11.2 mm) Aggregate)
97 Providing and constructing 75 mm. thick Modified Penetration Macadam IRC-SP-20, 2002 Clause
(MPM) road surface including all materials, preparing the existing road No.8.7.3
surface, spreading 40 mm. stone metal layers 30% crusher broken metal +
70% Hand broken (by breaking rubble obtained by blasting) heating and
spraying the bitumen of VG-30 grade @ 2 Kg/sqm, spreading 12 mm.size
chips compacting with three wheel static roller having weight 8 to 10 MT. to
achive the desired degree of compaction as per Technical Specification
Clause 506 etc. complete. Including picking of existing WBM surface.

Contractor No Of Correction Executive Engineer 135


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

98 Open Graded Premix Surfacing- Providing and Laying OGC 20 mm MORTH 503
thickness composed of 13.2 mm to 5.6 mm aggregates premixed with
bituminous binder transported to site with VTS , laid over a previously
prepared surface, finished to the required grade, level, alignment, and
rolling to achieve the desired compaction VG-30 Bitumen, including
providing and laying seal coat sealing voids in a bituminious surface laid to
the specified level and cross fall using Type A seal coat but excluding prime
/ tack coat. For Bitumen VG-30 bulk--USING drum mix type hot mix plant
with SCADA, Paver and Vibratory roller
99 Excavation for catch / side water gutter in all sorts of soils to the specified MORTH 309
section including stacking the excavated stuff in a regular bund and
disposing of unsuitable or excess stuff as directed all sorts of soils.
100 Spreading gravel / sand / soft murum /avilable murum over rubble soling MORTH 408
/W.B.M.surface blanketing berms etc.complete.
101 Compacting the hard murum / kankar for all widths (200 mm. loose) with MORTH 408
static roller including necessary artificial watering complete.
102 Compacting the hard murum side widths including laying in layers on each MORTH 408
side with power roller including artificial watering etc. complete.

Contractor No Of Correction Executive Engineer 136


Sr. ITEM OF WORK REFERNCE TO STANDARD ADDITIONAL SPECIFICATION
SPECIFICATIONS BOOK VOL I &
No. II 1981 ITEM NO P NO

103 Providing and fixing of retro- reflectorised informatory sign board MORTH 801
rectangular/Square in shape having area less than 0.9 square meter made
out of 2mm aluminum sheet bonded with white retro reflective sheeting of
Class C ( Type XI Micro prismatic grade sheeting) having pressure
sensitive/heat activated adhesive retoreflective specified back ground,
border and back side retoreflctive symbols, letters, numerals, arrow as per
IRC:67-2012 Table No 8.3, supported with back support frame 25mm x
25mm x 3mm, duly painted on back side with two coats of grey stove
enamel paint and supported on one no. mild steel angle iron post 75 mm x
75 mm x 6 mm, 3.5 mt long firmly fixed to the ground by means of properly
designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60
cm, 60 cm below ground level as per approved drawing The angle iron post
shall be duly painted with one coat of epoxy primer and two coats of epoxy
finish paints having alternate black and white bands of 25 cm width
including GI fixures and transportation etc.complete.The nut bolts of board
with angle iron post/supporting structure after fixing at site has to be
electrically welded. Class C ( Type XI Micro prismatic grade sheeting)
sheeting shall have 10 years written warranty from the manufacturer and
authorised distributor/convertor issued for field performance including the
screen printed areas and cut-out sheeting and cut-out durable transparent
overlay film and this warranty certificate in original should be submitted to
the Engineer in charge by the contractor/supplier.
104 Royalty (As per statement) As directed by Engineer
Incharge
105 Add for testing of materials As directed by Engineer
Incharge

Contractor No Of Correction Executive Engineer 137


SECTION 6
FORM OF BID

Contractor No Of Correction Executive Engineer 138


FORM OF BID
Description of the Works:- CONSTRUCTION OF HOSTEL BUILDING( GF+1) AND TRAINING
SCHOOL (GF +4 )FOR ANM AND GNM (EXCLUDING ELECTRIFICATION) AT GONDIA ,
DISTRICT GONDIA
To,

Address: -------------

1. We offer to execute the Works described above and remedy any defects therein in conformity
with the conditions of Contract, specification, drawings, Bill of Quantities and Addenda for the
sum(s)of ( )

2. We undertake, if our Bid is accepted, to commence the Works as soon as is reason-ably


possible after the receipt of the Engineer's notice to commence, and to complete the whole of
the Works comprised in the Contract within the time stated in the document.
3. We agree to abide by this Bid for the period of 120 days from the date fixed for
receiving the same, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
4. Unless and until a formal Agreement is prepared and executed this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
5. We understand that you are not bound to accept the lowest or any tender you may
receive.

6. We accept the appointment of Shri. . .......................................... as the Dispute


Review Expert.
(OR)
We do not accept the appointment of Shri. . ........................ as the Dispute Review Expert
and propose instead that Shri. . .................... be appointed as Dispute Review Expert,
whose BIO-DATA is attached.

Dated this ...................... day of ....................... 2019


Signature ______________________ in the capacity of ________ duly authorized sign
bids for and on behalf of ....................................................................................................

(in block capitals or typed) Address

Witness -----------------------------------------------------------------

Address-----------------------------------------------------------------------------------

Occupation

# Note-The bidder will submit this form online without his financial offer. The bidder
shall fill the rates online in the BOQ sheet provided in the e-tender
portal only

Contractor No Of Correction Executive Engineer 139


Section- 7
BILL OF QUANTITIES

Contractor No Of Correction Executive Engineer 140


BILL OF QUANTITIES
Preamble
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders,
Conditions of Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the
Engineer and valued at the rates and prices tendered in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Engineer may fix within the
terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is
otherwise provided under the Contract, include all constructional plant, labour, supervision,
materials, erection, ·maintenance, insurance, profit, taxes and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract.

4. The rates and prices shall be quoted entirely in Indian Currency.

5. A rate or price shall be entered against each item in the Bill of Quantities, whether
quantities are stated or not. The cost of Items against which the Contractor has failed to
enter a rate or price shall be deemed to be covered by other rates and prices entered in
the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the
items provided in the priced Bill of Quantities, and where no Items are pro-vided the cost
shall be deemed to be distributed among the rates and prices entered for the related Items
of Work.

7. General directions and descriptions of work and materials are not necessarily re-peated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
Quantities.

8. The method of measurement of completed work for payment shall be in accordance with
the specification for Road and Bridge Works published by the Ministry of Surface Transport
(edition).

9. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of
the Instructions to Bidders.
10. Rock is defined as all materials which, in the opinion of the Engineer, require blasting' or the
use of metal wedges and sledgehammers, or the use of compressed air drilling for its
removal, and which cannot be extracted by ripping with a tractor of at least 150 kw with a
single rear mounted heavy duty ripper.

Note: The bidder shall fill the rates online in the BOQ
sheet provided in the e-tender portal only

Contractor No Of Correction Executive Engineer 141


BILL OF QUANTITIES
Sr. Description of Item (with Quantity Unit Rate Amount
No. brief specification and In Figures In
reference to book of Words
specification)

The bidder shall fill


the rates online in
the BOQ sheet
provided in the e-
tender portal only

Note:
1. Item for which no rate or price has been entered in will not be paid for by the Employer
when executed and shall be deemed covered by the other rates and prices in the bill of
quantities (Refer: ITB Clause 13.2 and GCC Clause 43.3)
2. Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14]
3. Where there is a discrepancy between the rate in figures and words, the rates in words will
govern. [ITB Clause 27.1(a)]
4. Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by quantity, the unit rate quoted shall govern [ITB Clause 27.1(b)]

Contractor No Of Correction Executive Engineer 142


BILL OF QUANTITIES
NAME OF WORK :-Construction of Hostel Building( GF+1)
and training SCHOOL (GF +4 )FOR ANM AND GNM
(EXCLUDING ELECTRIFICATION) AT Gondia , District
Gondia

S. No. ITEM OF WORK Quantity Rate Amount


UNIT
1 Excavation for foundation in earth, soil of all
types, sand, gravel and soft murum, including
removing the excavated material up to a
distance of 50 m. beyond the building area &
stacking and spreading as directed, dewatering, 3017.7 Cum
preparing the bed for the foundation and
necessary back filling, ramming, watering
including shoring and strutting etc. complete.
(Lift upto 1.5 m.) Ground Floor
2 Excavation for foundation in earth, soils of all
types, sand,gravel and soft murum, including
removing the excavated material upto a
distance of 50 meters beyond the building area
and stacking and reading as directed, 2158.56 CUM.
dewatering, preparing the bed for the foundation
and necessary back filling, ramming, watering
including shoring and strutting etc. complete.
(Lift from 1.5m to 3.0m) By Manual Means
3 Providing & Filling in plinth and floors with
contractors material ie Murum brought from
outside and approved by Engineer incharge in
2182.61 CUM.
layers of 15cm. to 20cm. including watering
and compaction etc. complete.( including cost
of murum) Spec. No. : Bd.A. 11/Page No. 263
4 Providing soling using 80 mm size trap metal in
15 cm. layer including filling voids with
555.405 CUM.
Crushed sand/grit, ramming, watering etc.
complete.
5 Providing and laying Cast in situ/Ready Mix
cement concrete in M-10 of trap/ granite/
quartzite/ gneiss metal for foundation and
bedding including bailing out water, formwork,
laying/pumping, compacting, roughening them if
special finish is to be provided, finishing if
493.541 CUM.
required and curing complete, with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand
6 Providing and laying Cast in situ/Ready Mix
cement concrete M- 25 of trap / granite
/quartzite/ gneiss metal for R.C.C. work in
foundations like raft, strip foundations, grillage
and footings of R.C.C. columns and steel 1107.289 CUM.
stanchions etc. including bailing out water,
formwork ,cover blocks, aying/pumping,
compaction and curing roughening the surface if
special finish is to be provided (Excluding
Contractor No Of Correction Executive Engineer 143
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
reinforcement and structural steel) etc.
complete, with fully automatic micro processor
based PLC with SCADA enabled reversible
Drum Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
7 Providing and laying Cast in situ/Ready Mix
cement concrete M- 25 of trap / granite
/quartzite/ gneiss metal for R.C.C. columns as
per detailed designs and drawings or as
directed including centering, formwork, cover
blocks compacting and roughening if special
finish is to be provided and curing etc. complete. 229.541 CUM.
(Excluding reinforcement and structural
steel).with fully automatic micro processor
based PLC with SCADA enabled reversible
Drum Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
8 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap/ granite/
quartzite/ gneiss metal for R.C.C. beams and
lintels as per detailed designs and drawings or
as directed including centering, formwork, cover
blocks, laying/pumping, ompactionand
roughening the surface if special finish is to be
424.301 CUM.
provided and curing etc. complete. (Excluding
reinforcement and structural steel).with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand
9 Providing and laying Cast in situ/Ready Mix
cement concrete M- 25 of trap/ granite /
quartzite/ gneiss metal for R.C.C. slabs and
landings as per detailed designs and drawings
including centering, formwork, cover blocks,
compaction, finishing the formed surfaces with
cement mortar 1:3 of sufficient minimum
thickness to give a smooth and even surface or 254.164 CUM.
roughening if special finish is to be provided and
curing etc. complete.(Excluding reinforcement
and structural steel).with fully automatic micro
processor based PLC with SCADA enabled
reversible Drum Type mixer/ concrete Batch mix
plant (Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
10 Providing & casting in situ cement concrete
M-25 of trap/ granite/ quartzite/ gneiss metal
for R.C.C. chajja as per detailed design &
drawings including centering, formwork, cover
blocks compacting , curing , finishing &
12.233 CUM.
roughening the surface if special finish is to be
provided & curing complete. (Excluding
reinforcement and structural steel).With fully
automatic micro processor based PLC with
SCADA enabled reversible drum type concrete

Contractor No Of Correction Executive Engineer 144


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
mixer With natural sand.
11 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap/ granite/
quartzite/ gneiss metal for R.C.C. pardi of
required thickness including centering,
formwork, cover blocks, laying/pumping,
compacting , curing , finishing and roughening
them if special finish is to be provided and 18.015 CUM.
curing complete.(Excluding reinforcement and
structural steel).with fully automatic micro
processor based PLC with SCADA enabled
reversible Drum Type mixer/ concrete Batch mix
plant (Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
12 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap / quartzite
/granite /gneiss metal for R.C.C. Waist slab, and
steps of staircases as per detailed design and
drawings or as directed including steel
centering, plywood/ steel formwork, steel props,
laying/pumping, compaction, finishing uneven
and honeycombed surface with C.M. 1:3 of
sufficient minimum thickness to give a smooth
and even surface or roughening the surface if 12.536 CUM.
special finish is to be provided and curing etc.
complete. (Excluding reinforcement, including
cover block).(Newly laid concrete shall be
covered by gunny bag, plastic, tarpaulin etc.)
with fully automatic micro processor based PLC
with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand
13 Providing and laying Cast in situ/Ready Mix
cement concrete in M-20 of trap/ granite/
quartzite/ gneiss metal for R.C.C.coping to
plinth or parapet and sill of doors and windows
moulded as per detailed drawings or chamfered
as approved by the Engineer including
centering, formwork, cover blocks,
laying/pumping, compacting , curing , finishing
13.403 CUM.
and roughening them if special finish is to be
provided and curing complete. (Excluding
reinforcement and structural steel).with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand
14 Providing and fixing in position HCRM / CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
staircase, newels, chajjas, lintels pardis, 260.73 MT
copings, fins, arches etc. as per detailed
designs, drawings and schedules. including
cutting, bending, hooking the bars, binding with
wires or tack welding and supporting as

Contractor No Of Correction Executive Engineer 145


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
required complete.
15 Providing fly ash brick masonry with
conventional / I.S. type fly ash bricks in C.M. 1:6
in foundation and plinth including bailing out 180.283 CUM.
water manually striking joints, racking out joints
watering and scaffolding etc. complete.
16 Providing fly ash brick masonry with
conventional/ 1.5. type bricks in cement mortar
1:6 in superstructure including striking joints, 520.864 CUM.
raking out joints, watering and scaffolding etc.
Complete
17 Providing Second class fly ash brick masonry
with conventional / I.S. type bricks in cement
mortar 1:4 in half brick thick wall including mild
steel longitudinal reinforcement of two bars of 6
758.661 SQM.
mm diameter / two hoop iron strips 25 mm x
1.60 mm at every third course, properly bent
and bounded at ends scaffolding raking out
joints and watering etc. complete.
18 Providing internal cement plaster 6 mm thick in
a single coat in cement mortar 1:4 without neeru
2054.437 SQM.
finish to concrete surface in all positions
including scaffolding and curing etc. complete.
19 Providing internal cement plaster 20mm thick in
Single coats in cement mortar 1:5 without neeru
1563.811 SQM.
finish, to concrete, brick surface, in all positions
including scaffolding and curing etc. complete
20 Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:4 without neeru
finish to concrete or brick surfaces, in all 1209.529 SQM.
positions including scaffolding and curing etc.
complete.
21 Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:5 with neat
cement finish to concrete or brick surfaces, in 556.942 SQM.
all positions including scaffolding and curing etc.
complete.
22 Providing and fabricating structural steel work in
rolled sections like joists, channels, angles, tees
etc. as per detailed design and drawings or as
directed including cutting, fabricating, hoisting,
erecting, fixing in position making riveted /
0.5 M.T.
bolted /welded connections without connecting
plates, braces etc. and including one coat of
nticorrosive paint and over it two coats of oil
painting of approved quality and shade etc.
complete.
23 Providing sand faced plaster externally in
cement mortar using approved screened sand,
in all positions including base coat of 15 mm
thick in cement mortar 1:4 using waterproofing
compound at 1 kg per cement bag curing the
same for not less than 2 days and keeping the 1956.523 SQM.
surface of the base coat rough to receive the
sand faced treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by taking out
grains and curing for fourteen days scaffolding
etc.complete.
Contractor No Of Correction Executive Engineer 146
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
24 Providing and laying ceramic tiles of having size
30 cm x 30 cm confirming to I.S.15622 /2006
(group D II-A) and 7 to 8 mm thick for flooring in
required position laid on a bed of 1:4 cement 158.964 SQM.
mortar including cement float, filling joint with
white/colour cement slurry cleaning curing etc.
complete.
25 Providing and laying ceramic tiles of having size
30 cm. x 30 cm. and confirming to
corresponding I.S. for dado and skirting in
required position with readymade adhesive
461.541 SQM.
mortar of approved quality on plaster of 1:2
cement mortar including joint filling with white/
colour cement slurry cleaning curing etc.
complete.
26 Providing and laying vitrified matt fininsh tiles
having size 590 mm to 605 mm x to 605 mm of
8 to 10 mm thickness and confirming IS. 15622-
2006 (Group Bla) of approved make, shade and
1137.601 SQM
pattern for flooring in required position laid on a
bed of 1:4 cement morar including neat cement
float, filling joints, curing and cleaning etc.
complete. a) Flooring
27 Providing and laying vitrified mirror / glossy
finish tiles having size 590 mm to 605 mm x 590
mm to 605 mm of 8 to 10 mm thickness and
confirming to IS. 15622-2006 ( group Bla) of
137.682 SQM
approved make, shade and pattern for flooring
in required position laid on a bed of 1:4 cement
mortar including neat cement float, filling joints,
curing and clearing etc. complete.b) Skirting
28 Providing and fixing solid core flush door shutter
in single leaf / double leaf 32 mm thick
decorative type of exterior grade as per detailed
drawings approved face veneers 3 mm thick on
both faces or as directed, all necessary beads,
75.6 SQM.
mouldings and lipping, wrought iron old fasts,
chromium plated fixtures and fastenings, with
brass mortise lock, chromium plated handles on
both sides, and finishing with French Polish etc.
complete..
29 Providing and fixing solid core flush door shutter
in double leaf 32 mm thick decorative type of
exterior grade as per detailed drawings
approved face veneers 3 mm thick on both
faces or as directed, all necessary beads,
65.52 SQM.
mouldings and lipping, wrought iron old fasts,
chromium plated fixtures and fastenings, with
brass mortise lock, chromium plated handles on
both sides, and finishing with French Polish etc.
complete..Double Leaf
30 Providing and fixing in position (as per 1868 /
1982) Alluminium sliding window of three tracks
with rectangular pipe 95 x 38.10 x 0.90 mm at
weight 0.637 kg/Rmt. with window frame bottom 43.92 SQM.
track section 92 x 31.75 x 1.30 mm at weight
1.070 kg/Rmt.. Top and side track section 92 x
31.75 x 1.30 mm at weight 0.933 kg/Rmt. The

Contractor No Of Correction Executive Engineer 147


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
shutter should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. Inter locking
section 40 x 18 x 1.10 mm at weight 0.469
kg/Rmt. and handle and top section 40 x 18 x
1.25 mm at weight o.417 kg/Rmt. As per
detailed drawings and as directed by Engineer
in charge with all necessary Aluminium sections
fixtures and fastenings such as roller bearing in
nylon casting and self locking catch fitted in
vertical section of shutter including 5 mm thick
plain glass and aluminium mosquito net shutter
with stainless steel jail with all required screws
and nuts etc, complete. With colour Anodising
with box
31 Providing and fixing 30mm thick SOLID PANEL
PVC INTERNAL DOOR SHUTTER consisting of
frame made out of M.S. tubes of 19 gauge
thickness and size of 40mm x 20mm for stiles
,top, lock and bottom rails. M.S. frame shall
have a coat of steel primers of approved make
and manufacture. M.S. frame shall be covered
with 5mm thick heat molded PVC channel of
size 30 x 100mm forming stiles, and 5mm thick,
125mm wide PVC sheets for top rail, lock rail
and bottom rail on either side, and 15mm (5mm
x 3) thick, 20mm wide cross PVC sheet as gap
insert for top rail and bottom rail. Paneling of 10 47.04 SQM.
mm thick prelam PVC sheet to be fitted in the
M.S. frame welded / sealed to the stiles and
rails with 30mm wide x 5mm thick PVC sheet
beading on either side, and joined together with
solvent cement adhesive etc. An additional
5mm thick PVC strip of 20mm width is to be
stuck on the interior side of the C Channel using
PVC solvent cement adhesive. including
stainless steel fixtures and fastening Complete
as per direction of
engineerincharge,manufacturer's specification
and drawing.
32 Providing and fixing M40 grade thick vibrated
pull cast or similar type concrete frame with
chamfer conforming to I.S. 65241983 having 6
mm dia. bars 3 Nos. And stirrups @250 mm c/c
137.7 Rmt
and fixing in wall with 6 Nos of hold fast of 12
mm dia bars 500 mm long including primer and
oil painting etc, complete) frame size 60 mm x
100 mm .
33 Providing and fixing in position Mild steel fixed
staggered ( Z Type ) Ventilator as per detailed
drawing with hot deep zink coating including
fabricating with Mild steel 'Z 'Section of size
20mm x 25 mm and 3 mm thick at weight 1.42
27.36 SQM.
Kg/Rmt,with stainless steel mosquito net of 304
Grade,4 mm thick float glass ?as directed by
Engineer In charge including necessary
welding, grinding, two coats of oil paint
tc.complete
34 Providing and fixing mild steel grill gate with 34.71 SQM.

Contractor No Of Correction Executive Engineer 148


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
angle iron frame 65mm x 65mm x 10mm with
iron bars at 150mm C/C and diagonal flats as
er the detailed drawing including hinges, pivot
block locking arrangement, welding riveting and
oil painting of three coats of approved shade
Weight of gate 35 Kg/Smt.
35 Providing and laying damp proof course 50 mm
thick in M20 cement concrete layer and bitumen
160 SQM.
/ using cement with waterproofing compound
curing, formwork etc. complete.
36 Providing and fixing mild steel grill work for
windows, ventilators etc. 20 kg/sqm as per
drawing including fixtures, necessary welding 218.34 SQM
and painting with one coats of anticorrosive
paint and two coats of oil painting complete.
37 Providing and laying telephone black / Amba
White Cadburybrown / Ruby red / Ocean Brown
granite stone of 18 to 20 mm thick for door
frame/ dado/ window boxing etc. On C.M. 1:6 159.6 SQM.
including filling joints with polymer base filler
nosing the sharp edges wherever necessary,
curing, etc. complete.
38 Providing and laying in position flooring of
telephone black Amba White / Cat bary brown /
Ruby red / Ocean Brown granite stone of
approved shade and size 18 mm to 20 mm thick 374.249 SQM.
on bed 1:6 cement mortar including cement
floats striking joints, pointing in C.M. 1:3 curing
and cleaning etc. complete.
39 Providing and laying polished hand cut Kotah
Stone flooring 25mm to 30mm thick and 45cm
to 55cm wide in plain/diamond pattern on a bed
of 1:6 C.M. including cement float, filling joints
82.701 SQM.
with neat cement slurry, curing, polishing and
cleaning complete.
40 Providing, laying and fixing exterior grade
fibrilling fibre reinforcement heavy duty designer
cement concrete tiles for Flooring of approved
colour and design 22 +/ -2 mm thick bayer
colour pigmented as per IS ..1237 - 1980 having
compressive strength more than 500 kg/sq.cm
reaffirmed in 2006 ,having wert transvrse
strenghth of 3.5 / mm 2, water absorption less
99.832 SQM.
than 10 % abrasion / wear resistance less than
2 mm ,skid resistance more than 25.0
(ASTM:E303) and no fading as per DIN - 51094
of size 300 x 300 in plan / designed pattern on a
bed of 1:4 cement mortar including cement float
,filling joints with neat cement slurry ,curing,
polishing and cleaning etc. complete. For
flooring.
41 Providing and fixing machine cut machine
polished 18 mm 20 mm thick telephone black /
Amba White / Cat bary brown RBI red / Ocean
Brown granite stone for treads and risers steps 105.18 SQM.
and staircases of approved colour and shade
with rounded moulding and three grooved line
for the treads on bed of 1:4 Cement mortar

Contractor No Of Correction Executive Engineer 149


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
including float filling joints with neat cement
slurry curing polishing and cleaning etc.
complete.
42 Providing and fixing on walls/ ceiling/ floor of 15
mm dia. CPVC pipe with necessary fittings,
40 RMT
remaking good the demolished portion etc.
complete.Ground Floor 15mm dia
43 Providing and fixing on walls/ ceiling/ floor of 20
mm dia. CPVC pipe with necessary fittings,
40 RMT
remaking good the demolished portion etc.
complete.Ground Floo20mm dia
44 Providing and fixing on walls/ ceiling/ floor of 25
mm dia. CPVC pipe with necessary fittings,
40 RMT
remaking good the demolished portion etc.
complete.Ground Floo25mm dia
45 Providing and fixing on walls/ ceiling/ floor of 40
mm dia. CPVC pipe with necessary fittings,
40 RMT
remaking good the demolished portion etc.
complete.Ground Floo40mm dia
46 Providing and fixing on walls/ ceiling/ floor of 50
mm dia. CPVC pipe with necessary fittings,
40 RMT
remaking good the demolished portion etc.
complete.Ground Floo50mm dia
47 Providing and laying in trenches medium
grade (type) C.P.V.C. (Chlorinated Poly Vinyl
Chloride)pipe having embossed ISI Mark on it,
of required diameter with screwed /plain
sockets, joints, necessary c.p.v.c. and brass
fittings such as sockets, back nuts, elbows,
20 RMT
bends, tees, reducers, enlargers, plugs, clamps
etc., including joining with approved fusion
compound, necessary excavation, back filling,
fixing with clamps, testing etc. complete. (Prior
approval of sample and brand by Ex. Engineer
is necessary before use.)40mm dia
48 Providing and laying in trenches medium
grade (type) C.P.V.C. (Chlorinated Poly Vinyl
Chloride)pipe having embossed ISI Mark on it,
of required diameter with screwed /plain
sockets, joints, necessary c.p.v.c. and brass
fittings such as sockets, back nuts, elbows,
100 RMT
bends, tees, reducers, enlargers, plugs, clamps
etc., including joining with approved fusion
compound, necessary excavation, back filling,
fixing with clamps, testing etc. complete. (Prior
approval of sample and brand by Ex. Engineer
is necessary before use.)50mm dia
49 Providing and fixing P.V.C. Rain water pipes of
110mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes, including fixing 351 Rmt
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes

Contractor No Of Correction Executive Engineer 150


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment)
50 Providing and fixing screw down for 50 mm dia.
wheeled stop tap of brass including necessary 8 No.
sockets/ union nut complete.
51 Providing and fixing screw down for 25 mm dia.
wheeled stop tap of brass including necessary 8 No.
sockets/union nut complete.
52 Providing and fixing coloured glazed
earthenware Wash Hand Basin of 55cm x 40
cm size including cold water pillar tap/cold and
hot water pillar tap brackets, rubber plugs and 28 No.
brass chain, stop tap and necessary pipe
connection including P.V.C. waste pipe and trap
up to the outside face of the wall.
53 Providing and fixing orissa type colour glazed
earthenware 625 x 450 mm. w.c. pan including
trap, C.I. soil and vent pipe upto the out side
5 No.
face of wall including 100 mm. dia. C.I. plug,
bend, 15mm. thick with flush cock with all
necessary pipe connection etc. complete.
54 Providing and fixing 15 cm rigid PVC Nahani
trap including PVC grating ,bend ,connecting
piece of UPVC pipe up to the outside face of
36 No.
wall ,making the good damaged surface and
testing etc. complete ( Prior approval of sample
and brand by Ex. Engr. is necessary before use)
55 Providing and fixing 15cm x 10cm salt glazed
stoneware gully trap in cement concrete 1:4:8
outside the building including cast iron grating in
8 No.
the sink, connecting glazed stoneware pipe,
brick masonry chamber with cast iron lid and
cast iron grating for the gully trap.
56 Providing and constructing Brick Masonry
Inspection Chamber 60cm x 45cm With R.C.C.
raft in B.C. soil area including cost of
reinforcement, 1:2:4 cement concrete channels
11 No.
half round G.S.W. pipes, Brick Masonry,
plastering from inside and airtight 75 mm thick
R.C.C. cover medium duty 100 kg etc.
complete.
57 Providing and constructing Brick Masonry
Inspection Chamber 90cm x 45cm With R.C.C.
raft in B.C. soil area including cost of
reinforcement, 1:2:4 cement concrete channels
10 No.
half round G.S.W. pipes, Brick Masonry,
plastering from inside and airtight 75 mm thick
R.C.C. cover medium duty 100 kg etc.
complete.
58 Providing and fixing European type white glazed
earthenware water closet pan with UPVC seat
16 No.
and lid with chromium plated brass hinges and
rubber buffers including UPVC and vent pipe up
Contractor No Of Correction Executive Engineer 151
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
to the outside face of wall without flushing
cistern with flush cock and with water Jet and
necessary fittings including cutting and making
good to the walls and floors testing etc.
complete.( prior approval of sample and brand
by Ex. Engineer is necessary before use)
59 Providing and fixing black kadappa stone as
shelves 25mm. thick machine polished,
extending the polish upto 20 cm width on
157.095 SQM
lowerside, rounding corners, laying in position
jointing with bedding cement mortar 1:4
proportion curing etc etc. complete.
60 Providing and fixing Shutter to wall Cupboard
consisting of Teak Wood styles and Rails 25
mm thick and 75 mm wide with panel insert of
12 mm thick particle Board with one approved
coloured Laminated Face on one side 1.5 mm 52.92 SQM.
thick, bonded with Phenol Formaldehyde
Synthetic Resin including Lipping Beading. Iron
oxidised fixtures and fastening and oil primer
coat etc. complete. (Excluding cupboard frame).
61 Providing and fixing H.D.P container Syntex or
alike one piece moulded water tank made out of
high density polythyler and built corrugated
inclusive of delivery up to destination hoisting 500 Litre
and fixing of accessories such as inlet,outlet
overflow pipe inclusive of all tanks capacity
between 200 to 1000 liters
62 Providing and fixing 450mm x 550mm size
superior type Belgium mirror with 16mm dia. 43 No.
nickel plated towel rod etc. complete.
63 Providing and fixing 15 mm dia. screw down bib/
stop tap of brass including necessary socket 32 No.
union nut complete.
64 Providing and fixing 100 mm dia. chromium
plated brass showers rose to 15mm dia. supply
8 No.
pipe including necessary bend and socket
complete.
65 Providing soak pit of size 120cm x 120cm x
120cm including excavating and filling with 4 No.
brick-bats.
66 Providing and fixing heavy duty inter locking
concrete Gray paving blocks of 60 mm
thickness of having a strength of 300 kg/Sq.cm.
8.487 SQM
of approved quality and shape on a bed of
crushed sand of 25 to 30 mm thick including
skirting joints and cleaning etc. complete.
67 Providing and fixing P.V.C. Rain water pipes of
160mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes,inluding fixing 68 Rmt
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
Contractor No Of Correction Executive Engineer 152
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment)
68 Providing and fixing in position
Partitions/Shelves/seating platforms of polished
Granite stone of 18 mm to 20 mm
thickthickness ,including making groove in wall / 6.9 SQM
concrete surface filling joints with slurry, curing,
polishing, rounding edges, as required cleaning
etc. complete.
69 Providing Quarter-round Moulding ( Half
Moulding ) to 18 mm to 20 mm thick granite
157 RMT
stone including fine polishing and cleaning etc.
complete.
70 Providing patti/ band 100mm wide on plastered
surface 12 mm to 15 mm thick in C.M. 1:3 line
200 RMT.
and level including neat finishing scaffolding
curing etc. complete.
71 Providing and laying cement concrete flooring
50 mm thick with M15 cement concrete laid to
proper level and slope in alternate bays
including compaction filling joints, marking lines
to give the appearance of tiles of 30cm x 30cm 128 SQM.
or other size laid diagonally/ square etc finishing
smooth (with extra cement) in any colour as
directed and curing etc. complete. With Natural
Sand
72 Providing and fixing chromium plated towel rod
16 mm dia and 75 cm. in length including all 30 No.
accessories complete.
73 Providing and applying two coats of 100 % pure
acrylic water based paint with special heat
reflectance propoerty to withstand the harsh
climate for period 10 years, jotunjota shield
color Xtreme or Equivalent make. Paint system
should provide durable and long lasting finish
with DFT of min 90 microns and should protect
against concrete carbonation with R value of 1956.523 SQM.
minimum 600 and equivalent concrete layer
thickness value of min 150 .The paint has to be
applied on a coat of high quality acrylic
copolymer based alkali resistant primer with
excellent penetrating properties including
cleaning , with all leads and lift at all levels etc
complete as directed by engineer in charge
74 Providing and applying nerolac impression 24
carrat luxury or equivalent approved brand
emulsion paint to interior wall and ceilings of
approved quality, colour and shade to new
3626.26 SQM.
surface in two coats including sub surface
preparation by Acrylic putty and Acrylic primer
coats including scaffolding, preparing the
surface. etc. complete.
75 Providing and fixing Italina glass moasic tiles in 5.67 SQM.

Contractor No Of Correction Executive Engineer 153


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
gradation pattern as directed by Engineer -in-
charge in required position with readymade
glass mosaic adhesive and grout on 12 mm.
thick cement plaster of C.M. 1:4 and neat
cement float including filling joints, curing and
cleaning etc. complete.
76 Providing and laying concrete pipes of I.S.NP.
class of 225mm diameter in proper line, level
and slope including necessary collars, 18 RMT
excavation, laying, fixing with collars in cement
mortar 1:1 and refilling the trench complete.
77 Providing and laying cement concrete pipe of IS
458:2003 NP-2 class of 450mm diameter in
proper line, level and slope including providing 15 Rmt
and fixing collars in cement mortar 1:2 and
curing etc. complete.
78 Providing and fixing in position. (as per I.S.1868
/ 1982) Aluminium sliding window of two tracks
with rectangular pipe having overall dimension
63.50 x 38.10 x 1.02 mm at weight 0.547
kg/Rmt. and window frame bottom track section
61.85 x 31.75 x 1.20 mm at weight 0.695
kg/Rmt. Top and side track section 61.85 x
31.75 x 1.30 mm at weight 0.659 kg/Rmt. The
shutter should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. Inter locking
section 40 x 18 x 1.10 mm at weight 0.469 57.6 sqm
kg/Rmt. And handle section 40 x 18 x 1.25 mm
at weight 0.417 kg/Rmt. and top section 40 x 18
x 1.25 mm at weight 0.417 kg/Rmt. As per
detailed drawings and as directed by Engineer
in charge with all necessary Aluminium sections
fixtures and fastenings such as roller bearing in
nylon casting and self locking catch fitted in
vertical section of shutter including 5 mm thick
plain glass with all required screws and nuts etc,
complete. With colour Anodising with box.
79 Providing & Fixing of Armstrong or
equivalent Mineral Fibre Suspended Ceiling
System with Bioguard (Bevelled Tegular)
EDGE TILES WITH ARMSTRONG or
Equivalent 15mm Exposed GRID. The tiles
should have Humidity Resistance (RH) of
99%, Light Reflectance 90% , Thermal
Conductivity k = 0.052 0.057 w/m K, Colour
White, Fire Performance UK Class 0/Class
1 (BS 476 Part 6 & 7), in module size of
600x600 x 16mm with Anti Microbial coating 113.96 SQM
on the face of the tile, suitable for Green
Building application, with Recycled content
of 34%. The tile shall be laid on precoated
G.I. channel on XL2 Clip having a web
height of 32 mm 32 with 15 mm wide T
section flanges colour white having rotary
stitching on all T sections i.e. the Main
Runner & 1200 mm Cross Tees with a
web height of 32 mm and a load carrying
capacity of 7.7 Kgs/M2 & pull out strength

Contractor No Of Correction Executive Engineer 154


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
of 100Kgs. . The T Sections have a
Galvanizing of 90 grams per M2 and need
to be installed with Suspension system of
Armstrong or equivalent make. The Tile &
Grid system used ogether should carry a 10
year warranty. products approved at
GRIHA and BS 476 etc. complete.
80 Providing Green Build Product (GBP) Build Fast
Plus masonry ecofriendly wet mix /Blocks laying
Adhesive is a pre- polymerized, wet mix jointing
adhesive which is suitable for Building masonry
walls with all kind of blocks with thickness of thin
layer of 2mm to 4mm between masonry units. 53.18 SQM
There is no need to pre-wet the Blocks nor to
post cure the wall with water.Confirming to IS
2185 of size 75 x 240x 650 mm superstructure
including striking joints, racking outjoints faces
and scaffolding etc. complete.
81 Providing cement based water proofing
treatment to terraces (Indian water proofing or
alike) with brick bats laid in required slope to
drain the water for any span after cleaning the
base surface. Applying a coat of cement slurry
admixed with approved water proofing
compound and laying the brick bats on bottom
layer in C.M.1:5 admixed with approved water
proofing compound filling up to half depth of
brick bats, curing this layer for 3 days, applying
cement slurry over this layer joints of brick bats
with C.M.1:3 admixed with approved water
proofing compound and finally top finishing with 44.695 SQM
average 20 mm. thick layers of same mortar
added with jute fiber at 1 Kg per bag including
finishing the surface smooth with cement slurry
admixed with approved water proofing
compound. Marking finished surface with false
squares of 300mm x 300 mm. making the
junctions at the parapet rounded and tapered
top for required height, with drip mould at the
junction of plaster and parapet and curing and
covering 10 years Guarantee against
leakproofness on Court fee stamp paper of Rs.
500/including ponding test etc. complete.
82 Providing water proof bedding for flooring of
Bath and WC 25 mm thick in C.M. 1:3 including
using approved water proofing compound in
specified proportion as per manufacturers
71.273 SQM
specifications for per bag of cement including
leveling, curing and covering 10 years
guarantee on court fee stamp paper of Rs.500/-
including ponding test etc. complete.
83 Providing and laying jointless Polydee-LM, a
highly flexible elastometric coating for RCC /
cementitious surface for terrace waterproofing
on B.B. Coba / R.C.C, after application of TP-42 504.4 SQM.
Primer on erfectly clean surface (free from
loose dust and foreign matter) application of 1st
coat of Polydee-LM @ 700 gms/sqm and

Contractor No Of Correction Executive Engineer 155


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
applying 2nd coat of Polydee-LM @ 700
gms/sqm and finishing the same with sprinkling
the AG-10 granules on the wet coating. (After
finishing covering the treatment with 25mm
cement plaster for protection with fibrillated
6mm Plyplast fibre @ 125 gms/sqm to be paid
in separate item.) covering 7 years guarantee
on Court Fee Stamp Paper of Rs. 100/- etc.
complete.
84 Providing preconstructional antitermite
treatment as per I.S. 6313 (Part-II) by treating
the top surface of plinth filling at the rate of 5
2393.38 Sqm
litres of emulsion concentrate at 1.0 percent
clorophyrifos per square metre of surface area
covering ten years guarantee on bond paper.
85 Providing preconstructional antitermite treatment
as per I.S. 6313 (Part-I) to the soil along the
external face of building by punching holes of
1.2 of 1.5 C.M. diametre about 30 -60 cm deep
at 15 cm c/c as close to the wall as possible and 358.62 RMT
to inject 0.5 percent of aldrin or clorophyrifos at
the rate of 7.5 litres per hole and sealing the
same with proper filling and covering 10 years
guarantee on bond paper.
86 Providing and fixing chicken mesh of 22 gauge,
with about 30 cm. width at the junction of R.C.C
members and brick work, of approved quality
300 RMT.
including fixing mesh in position by necessary
drilling in concrete /B.B.masonry and or tying by
binding wire etc. complete.
87 Providing and fixing in position after hoisting,
precast 1:2 cement mortar reinforced jali 80 mm
thick with 3 mm diameter mild steel bar
18 SQM.
reinforcement, of approved design on both
sides, fixing in cement mortar 1:3 and curing etc
complete.
88 Providing and fixing in position aluminium partly
openable and partly fixed window of any size as
per detailed drawing and as directed by
Engineerincharge with all necessary alluminium
sections including necessary fixtures and 12.6 SQM.
fastening with 5 mm thick float glass etc.
complete. b) With powder coating Note While
arriving at the rate of item of item weight at 6.90
kg/Sqm considered.
89 Providing and fixing in position aluminium
openable window of any size as per detailed
drawing and as directed by Engineerincharge
with all necessary alluminium sections including
necessary fixtures and fastening with 5 mm 33.6 SQM.
thick clear float glass etc. complete. b) With
powder coating Note While arriving at the rate of
item of item weight at 6.90 kg/Sqm is
considered.
90 Providing and fixing in position aluminium fixed
window fully glazed of any size as per detailed
drawing and as directed by Engineerincharge 5.4 SQM.
with all necessary alluminium sections including
necessary fixtures and fastening such as 5 mm
Contractor No Of Correction Executive Engineer 156
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
thick clear float glass etc. complete. b) With
powder coating Note While arriving at the rate of
item of item weight at 6.90 kg/Sqm is
considered.
91 Providing Mirror Polish to New / old Marble
/Kota / granite stone flooring /dado by polishing
machine using superior polishing stone of 0 to 6
no.of Suri Company and equivalent and
applying superior quality of polishing material 456.95 SQM
including necessary labour and cleaning the
srface etc. complete. Note:-item to be executed
with the prior permission from Superintending
Engineer.
92 Providing and fixing 900mm high S.S.304 Grade
Stainless steel railing with 40mm diameter and
1.5mm thick at top,40mm diameter and 1.5mm
thick vertical supports spaced at 1.5m center to
42.3 RMT
center and 8mm thick toughened glass including
fabricating ,fixtures, errecting , necessary
welding , grinding finishing, buffing to stainless
steel pipe etc. complete
93 Providing and fixing of colour coated
Zincaluminium( R ) AZ150 min 150 gms/sq.mt.
total on each side ) profiled sheets for roofing.
The feed material is manufactured out of
nominal 0.45 mm Base Metal Thickness ( BMT )
(0.5 mm TCT ), Hi-strength steel with min.550
MPa yield strength, metallic hot dip coated
withAluminium-Zinc alloy (55% aluminiumm
43.4% zinc 1.6% silicon) with COLORBOND ( R
) steel quality super durable polyster paint coat (
with inorganic pigment). The paint shall have a
total coating thickness of nominal 35 mm,
comprising of nominal 25mmexterior coat on top
surface and nominal 10 um reverse coat on 50 SQM.
back surface. Profile sheet shall have nom.
9501050 mm effective cover width and nominal
25-30 mm deep ribs with sublet square fluting in
the five pan at nominal 180-250 mmcenter-to-
center. The end rib shall be designed for
anticapacity groove. and return leg. The feed
material should have coil manufacturers product
details marked a regular interval. including
fasteners with min. fastened with min. 25 um
Zinc-Tin alloy coated, Hex head, self-drilling
screw etc. complete. (weight of profile 4.52
kg/sqm) 301 mm to 600 mm girth (Surface
Width).
94 Providing preconstructional antitermite treatment
as per I.S. 6313 (Part-II) treatment by treating the
backfill in immediate contact with foundation at
the rate of 5 litres of emulsion concentrate of 1.0 2716 SQM.
percent of clorophyrifos per square metre of
vertical surface area covering 10 years
guarantee on bond paper.
95 Providing and fixing cold rolled steel hollow door
frame 105mm x 60mm for anysizes including
111.78 SQM.
hold fast hinges, tie members with red oxide
and gray paint etc. complete as per I.S.I.
Contractor No Of Correction Executive Engineer 157
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
specifications and code of practice prescribed
including anticorrosive treatment as directed by
the engineer..
96 Providing and fixing White Glazed Earthenware
full stall type Urinal with P.V.C. flushing cistern
of 5 liters capacity with fitting, inlet pipes and
stop tap, brackets for fixing the cistern, 32 mm
4 No
dia. P.V.C flush pipe with fittings and flushing
arrangement including lead soil pipe, lead trap,
soil pipe connection up to the outside face of the
wall
97 Drilling borewell of 200 to 215 and 150 mm
diameter in hard rock of DTH machine including 150 No
transportation of machine etc complete
98 Providing and placing 150 mm dia. M.S. casing
pipe of thickness 4.6 mm and fixing bore cap 20 Rmt
after completion of borewell
99 Providing and applying Texture plaster with
finishing with Purlina/ Rustic texture material
(with texture material of Asian/ Renava/ Nitco/
Temtex or equivalant company make) in 3 to
milimeter thickness on previously finished
plastered surface including plaster Groove 6mm
131.2 SQM
thick or Tape Grooves 35 to 45 mm thickness or
as required in all position including preparing
the surface scaffolding etc. complete. (
Excluding texture Paint and Texture Paint
Finishing) (Prior permission of S.E. is required
before inclusion of this item in the estimate)
100 Providing and fixing during laying in RCC Slab
rectangular 2 mm thick M.S. sheet fan hook box
of size 180x100 mm with required depth with
holes or notches as required, bottom and top
35 No
sides of 1.6 mm M.S. sheet fixed with 3.5 mm
dia. round headed screws together with 12 mm
dia. M.S. bar bent to shape with hooked ends
for fan hook and painting to exposed surface
101 Providing and laying in situ / ready mix
controlled grade of M25 of trap /granite
/quartzite /gneiss metal for RCC works in cut off
walls / curtain walls including necessary
scaffolding, centering, compacting by vibrator,
35.28 cum
finishing and curing etc. complete. (with fully
automatic micro processor based PLC with
SCADA enabled with reversible drum type
mixer/ concrete batch mix plant (pan mixer) with
natural /artifical sand, excluding reinforcement)
102 Providing, fabricating and erecting at site of
work the tubular steel structure (shed) as per
standard design and specifications having
various spans in between trusses and in
multiples of standard length of bays as specified
as per standard specifications, inclusive of cost 0.329 sqm
of steel tubular trusses, tubular columns purlins,
tie runners, foundation bolts, base plates, nuts
and bolts, welding wherever required etc. as per
detailed drawing inclusive of one coat of
anticorrosive paint and two coats of oil painting

Contractor No Of Correction Executive Engineer 158


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
of approved quality and shade etc. complete.
103 Providing and fabricating structural steel work in
rolled sections like joists, channels, angles, tees
etc. as per detailed design and drawings or as
directed including cutting, fabricating, hoisting,
erecting, fixing in position making riveted /
0.502 sqm
bolted /welded connections without connecting
plates, braces etc. and including one coat of
nticorrosive paint and over it two coats of oil
painting of approved quality and shade etc.
complete.
104 Preparing instant Lawn :- Excavating the ground
to a required depth of 20 cm removing &
conveying unwanted stuff to a required distance
as directed providing & filling fresh garden soil
and manure in 3:1 directed watering previous
150 sqm
night planting 2 to 3 ( Two to three ) years old
healthy tress sampling as per specification
maintaining till well established upto 6( Six
)months by watering ,weeding stirring of soil
,replacing of casualties etc complete
105 Providing expansion joints in R.C.C. framed
structure (interior column) with plain premoulded
filler 25 mm thick including fixing T.W. battens 7.56 sqm
on both faces and finishing as directed etc.
Complete.
106 Providing expansion joints in R.C.C. framed
structure (exterior Columns) with plain
premoulded filler 25 mm thick and 3 mm thick
7.875 sqm
alluminium plate, hold fast, fixing T.W. battens
on internal face, finishing etc. complete as
directed.
107 Providing expansion joints in R.C.C. framed
structure (at floor level) with premoulded filler 25
mm thick and 3 mm thick aluminium plate as 16.748 sqm
required, bitumen poured filler and fixing T.W.
battens on rear faces etc. complete as directed.
108 Providing groove to required size at
specified location as directed by Engineer,
at junction of brick masonry wall and R.C.C
52.916 sqm
beams or Column, at junction of composite
masonry, including scaffolding
, finishing, curing etc. complete.
109 Providing and constructing granite kitchen
platform with fixing of stainless steel sink 600
mm x 450 mm size as per detailed drawing
including vertical both side polished kadappah
stone 25 to 30 mm thick supports with
kadappah top 35 to 40 mm thick and polished
granite 16 to 20 mm top with side strips of 8.298 sqm
granite at front and both sides of platform raised
with two vertical granite supports 15 cm height
and top granite of 75 x 40 cm including cutting,
opening for sink of required size in kadappah as
well as granite etc. complete. (Platform top size
5.00 m x 0.60 m and height is 0.75 m)
110 Transportation of Excavated Material including
3500.53 cum
Loading Unloading , lead upto 3.00 Km

Contractor No Of Correction Executive Engineer 159


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
111 Add for Royalties 6443.93 cum
112 Testing of Material Basic Test On cement 21 Test
113 Testing of Material SAND a)FM ,Silt & Clay
1 Test
Content
114 Testing of Material SANDb) Silt Factor 1 Test
115 Testing of Material Aggregate)Water
11 Test
Absorptions Gravity,Impact/crushing value
116 Testing of Material Aggregate) Sieve Analysis 9 Test
117 Testing of Material Aggregate) Flakyness Index
11 Test
& Elongation
118 Testing of Material Aggregated)Abrasion 11 Test
119 Testing of Material Aggregate)Soundness 11 Test
120 Testing of Material BricksCrushing Strength
7 Test
,Water Absorption
121 Testing of Material Mix Design 2 Test
122 Testing of Material Steel 55 Test
123 Testing of Material Murum Sieve Anaysis 9 Test
124 Testing of Material Murum Liquid LIMIT/Plastic
9 Test
limit
125 Testing of Material Murum Mechanical Analysis 9 Test
126 Testing of Material Vitrified tiles Flexure &
3 Test
Rupture test
127 Testing of Material Ceramic tiles/Flexure &
1 Test
Rupture test
128 Testing of Material C.C Cubes 207 Test
129 Paving blocks 1 test
130 Providing and laying Cast in situ/Ready Mix
cement concrete M- 25 of trap / granite
/quartzite/ gneiss metal for R.C.C. columns as
per detailed designs and drawings or as
directed including centering, formwork, cover
blocks compacting and roughening if special
finish is to be provided and curing etc. complete. 166.177 CUM.
(Excluding reinforcement and structural
steel).with fully automatic micro processor
based PLC with SCADA enabled reversible
Drum Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand First Floor
131 Second Floor 66.982 CUM.
132 Third Floor 66.981 CUM.
133 Fourth Floor 86.242 CUM.
134 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap/ granite/
quartzite/ gneiss metal for R.C.C. beams and
lintels as per detailed designs and drawings or
as directed including centering, formwork, cover
blocks, laying/pumping, ompactionand
roughening the surface if special finish is to be
259.25 CUM.
provided and curing etc. complete. (Excluding
reinforcement and structural steel).with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand First Floor
Contractor No Of Correction Executive Engineer 160
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
135 Second Floor 82.964 CUM.
136 Third Floor 82.343 CUM.
137 Fourth Floor 82.343 CUM.
138 Providing and laying Cast in situ/Ready Mix
cement concrete M- 25 of trap/ granite /
quartzite/ gneiss metal for R.C.C. slabs and
landings as per detailed designs and drawings
including centering, formwork, cover blocks,
compaction, finishing the formed surfaces with
cement mortar 1:3 of sufficient minimum
thickness to give a smooth and even surface or 276.417 CUM.
roughening if special finish is to be provided and
curing etc. complete.(Excluding reinforcement
and structural steel).with fully automatic micro
processor based PLC with SCADA enabled
reversible Drum Type mixer/ concrete Batch mix
plant (Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial SandFirst Floor
139 Second Floor 113.605 CUM.
140 Third Floor 113.605 CUM.
141 Fourth Floor 119.485 CUM.
142 Providing & casting in situ cement concrete
M-25 of trap/ granite/ quartzite/ gneiss metal for
R.C.C. chajja as per detailed design & drawings
including centering, formwork, cover blocks
compacting , curing , finishing & roughening
the surface if special finish is to be provided & 26.58 CUM.
curing complete. (Excluding reinforcement and
structural steel).With fully automatic micro
processor based PLC with SCADA enabled
reversible drum type concrete mixer With
natural sand. First Floor
143 Second Floor 17.1 CUM.
144 Third Floor 17.1 CUM.
145 Fourth Floor 17.1 CUM.
146 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap/ granite/
quartzite/ gneiss metal for R.C.C. pardi of
required thickness including centering,
formwork, cover blocks, laying/pumping,
compacting , curing , finishing and
rougheningthem if special finish is to be
48.322 CUM.
provided and curing complete.(Excluding
reinforcement and structural steel).with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand First Floor
147 Second Floor 24.014 CUM.
148 Third Floor 20.234 CUM.
149 Fourth Floor 20.234 CUM.
150 Providing and laying Cast in situ/Ready Mix
cement concrete in M-25 of trap / quartzite
/granite /gneiss metal for R.C.C. Waist slab, and
13.811 CUM.
steps of staircases as per detailed design and
drawings or as directed including steel
centering, plywood/ steel formwork, steel props,
Contractor No Of Correction Executive Engineer 161
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
laying/pumping, compaction, finishing uneven
and honeycombed surface with C.M. 1:3 of
sufficient minimum hickness to give a smooth
and even surface or roughening the surface if
special finish is to be provided and curing etc.
complete. (Excluding einforcement, including
cover block).(Newly laid concrete shall be
covered by gunny bag, plastic, tarpaulin etc.)
with fully automatic micro processor based PLC
with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand first floor
151 Second Floor 6.285 CUM.
152 Third Floor 6.285 CUM.
153 Fourth Floor 6.285 CUM.
154 Providing and laying Cast in situ/Ready Mix
cement concrete in M-20 of trap/ granite/
quartzite/ gneiss metal for R.C.C.coping to
plinth or parapet and sill of doors and windows
moulded as per detailed drawings or chamfered
as approved by the Engineer including
centering, formwork, cover blocks,
laying/pumping, compacting , curing , finishing
9.191 CUM.
and roughening them if special finish is to be
provided and curing complete. (Excluding
reinforcement and structural steel).with fully
automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand First Floor
155 Second Floor 4.41 CUM.
156 Third Floor 4.762 CUM.
157 Fourth Floor 6.204 CUM.
158 Providing and fixing in position HCRM / CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
staircase, newels, chajjas, lintels pardis,
142.842 MT
copings, fins, arches etc. as per detailed
designs, drawings and schedules. including
cutting, bending, hooking the bars, binding with
wires or tack welding and supporting as
required complete.First Floor
159 Second Floor 53.803 MT
160 Third Floor 53.394 MT
161 Fourth Floor 57.855 MT
162 Providing fly ash brick masonry with
conventional/ 1.5. type bricks in cement mortar
1:6 in superstructure including striking joints, 571.273 CUM.
raking out joints, watering and scaffolding etc.
CompleteFirst Floor
163 Second Floor 201.561 CUM.
164 Third Floor 201.561 CUM.
165 Fourth Floor 230.359 CUM.
166 Providing Second class fly ash brick masonry 647.704 SQM.

Contractor No Of Correction Executive Engineer 162


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
with conventional / I.S. type bricks in cement
mortar 1:4 in half brick thick wall including mild
steel longitudinal reinforcement of two bars of 6
mm diameter / two hoop iron strips 25 mm x
1.60 mm at every third course, properly bent
and bounded at ends scaffolding raking out
joints and watering etc. complete.First Floor
167 Second Floor 851.328 SQM.
168 Third Floor 851.328 SQM.
169 Fourth Floor 851.328 SQM.
170 Providing internal cement plaster 6 mm thick in
a single coat in cement mortar 1:4 without neeru
finish to concrete surface in all positions 2075.829 SQM.
including scaffolding and curing etc.
complete.First Floor
171 Second Floor 854.706 SQM.
172 Third Floor 854.706 SQM.
173 Fourth Floor 842.937 SQM.
174 Providing internal cement plaster 20mm thick in
Single coats in cement mortar 1:5 without neeru
finish, to concrete, brick surface, in all positions 1797.108 SQM.
including scaffolding and curing etc.
complete.First Floor
175 Second Floor 582.939 SQM.
176 Third Floor 582.939 SQM.
177 Fourth Floor 582.939 SQM.
178 Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:5 without neeru
finish to concrete or brick surfaces, in all 2231.931 SQM.
positions including scaffolding and curing etc.
complete.First Floor
179 Second Floor 472.938 SQM.
180 Third Floor 472.938 SQM.
181 Fourth Floor 472.938 SQM.
182 Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:5 with neat
cement finish to 1.5mm thick concrete or brick 293.835 SQM.
surfaces, in all positions including scaffolding
and curing etc. complete.First Floor
183 Second Floor 137.715 SQM.
184 Third Floor 137.715 SQM.
185 Fourth Floor 137.715 SQM.
186 Providing and fabricating structural steel work in
rolled sections like joists, channels, angles, tees
etc. as per detailed design and drawings or as
directed including cutting, fabricating, hoisting,
erecting, fixing in position making riveted /
1.5 M.T.
bolted /welded connections without connecting
plates, braces etc. and including one coat of
nticorrosive paint and over it two coats of oil
painting of approved quality and shade etc.
complete.First Floor
187 Second Floor 0.5 M.T.
188 Third Floor 0.3 M.T.
189 Fourth Floor 1 M.T.
190 Providing sand faced plaster externally in
2241.564 SQM.
cement mortar using approved screened sand,

Contractor No Of Correction Executive Engineer 163


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
in all positions including base coat of 15 mm
thick in cement mortar 1:4 using waterproofing
compound at 1 kg per cement bag curing the
same for not less than 2 days and keeping the
surface of the base coat rough to receive the
sand faced treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by taking out
grains and curing for fourteen days scaffolding
etc.complete.First Floor
191 Second Floor 646.762 SQM.
192 Third Floor 646.762 SQM.
193 Fourth Floor 980.995 SQM.
194 Providing and laying ceramic tiles of having size
30 cm x 30 cm confirming to I.S.15622/2006
(group D II-A) and 7 to 8 mm thick for flooring in
required position laid on a bed of 1:4 cement 158.964 SQM.
mortar including cement float, filling joint with
white/colour cement slurry cleaning curing etc.
complete.First Floor
195 Second Floor 50.751 SQM.
196 Third Floor 50.751 SQM.
197 Fourth Floor 50.751 SQM.
198 Providing and laying ceramic tiles of having size
30 cm. x 30 cm. and confirming to
corresponding I.S. for dado and skirting in
required position with readymade adhesive
469.806 SQM.
mortar of approved quality on plaster of 1:2
cement mortar including joint filling filling with
white/ colour cement slurry cleaning curing etc.
complete.First Floor
199 Second Floor 104.28 SQM.
200 Third Floor 104.28 SQM.
201 Fourth Floor 104.28 SQM.
202 Providing and laying vitrified matt fininsh tiles
having size 590 mm to 605 mm x to 605 mm of
8 to 10 mm thickness and confirming IS. 15622-
2006 (Group Bla) of approved make, shade and
1130.634 SQM
pattern for flooring in required position laid on a
bed of 1:4 cement morar including neat cement
float, filling joints, curing and cleaning etc.
complete. a) FlooringFirst Floor
203 Second Floor 351.82 SQM
204 Third Floor 431.17 SQM
205 Fourth Floor 219.83 SQM
206 Providing and laying vitrified mirror / glossy
finish tiles having size 590 mm to 605 mm x 590
mm to 605 mm of 8 to 10 mm thickness and
confirming to IS. 15622-2006 ( group Bla) of
approved make, shade and pattern for flooring 154.485 SQM
in required position laid on a bed of 1:4 cement
mortar including neat cement float, filling joints,
curing and clearing etc. complete.b)
Skirting/dadoFirst Floor
207 Second Floor 21.822 SQM
208 Third Floor 29.502 SQM
209 Fourth Floor 14.895 SQM
210 Providing and fixing solid core flush door shutter 66.78 SQM.

Contractor No Of Correction Executive Engineer 164


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
in single leaf / Double leaf 32 mm thick
decorative type of exterior grade as per detailed
drawings approved face veneers 3 mm thick on
both faces or as directed, all necessary beads,
mouldings and lipping, wrought iron old fasts,
chromium plated fixtures and fastenings, with
brass mortise lock, chromium plated handles on
both sides, and finishing with French Polish etc.
complete..Single ShutterFirst Floor
211 Second Floor 8.4 SQM.
212 Third Floor 8.4 SQM.
213 Fourth Floor 8.4 SQM.
214 Providing and fixing solid core flush door shutter
in Double leaf 32 mm thick decorative type of
exterior grade as per detailed drawings
approved face veneers 3 mm thick on both
faces or as directed, all necessary beads,
79.44 SQM.
mouldings and lipping, wrought iron old fasts,
chromium plated fixtures and fastenings, with
brass mortise lock, chromium plated handles on
both sides, and finishing with French Polish etc.
complete..Single ShutterDouble Shutter
215 Second Floor 17.64 SQM.
216 Third Floor 15.12 SQM.
217 Fourth Floor 15.12 SQM.
218 Providing and fixing in position (as per 1868 /
1982) Alluminium sliding window of three tracks
with rectangular pipe 95 x 38.10 x 0.90 mm at
weight 0.637 kg/Rmt. with window frame bottom
track section 92 x 31.75 x 1.30 mm at weight
1.070 kg/Rmt.. Top and side track section 92 x
31.75 x 1.30 mm at weight 0.933 kg/Rmt. The
shutter should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. Inter locking
section 40 x 18 x 1.10 mm at weight 0.469
kg/Rmt. and handle and top section 40 x 18 x 77.85 SQM.
1.25 mm at weight o.417 kg/Rmt. As per
detailed drawings and as directed by
Engineerincharge with all necessary Aluminium
sections fixtures and fastenings such as roller
bearing in nylon casting and self locking catch
fitted in vertical section of shutter including 5
mm thick plain glass and aluminium mosquito
net shutter with stainless steel jail with all
required screws and nuts etc, complete. With
colour Anodising with box First Floor
219 Second Floor 101.7 SQM.
220 Third Floor 101.7 SQM.
221 Fourt Floor 79.2 SQM.
222 Providing and fixing 30mm thick SOLID PANEL
PVC INTERNAL DOOR SHUTTER consisting of
frame made out of M.S. tubes of 19 gauge
thickness and size of 40mm x 20mm for stiles
,top, lock and bottom rails. M.S. frame shall 38.64 SQM.
have a coat of steel primers of approved make
and manufacture. M.S. frame shall be covered
with 5mm thick heat molded PVC channel of
size 30 x 100mm forming stiles, and 5mm thick,
Contractor No Of Correction Executive Engineer 165
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
125mm wide PVC sheets for top rail, lock rail
and bottom rail on either side, and 15mm (5mm
x 3) thick, 20mm wide cross PVC sheet as gap
insert for top rail and bottom rail. Paneling of 10
mm thick prelam PVC sheet to be fitted in the
M.S. frame welded / sealed to the stiles and
rails with 30mm wide x 5mm thick PVC sheet
beading on either side, and joined together with
solvent cement adhesive etc. An additional
5mm thick PVC strip of 20mm width is to be
stuck on the interior side of the C Channel using
PVC solvent cement adhesive. including
stainless steel fixtures and fastening Complete
as per direction of
engineerincharge,manufacturer's specification
and drawing. First Floor
223 Second Floor 11.76 SQM.
224 Third Floor 11.76 SQM.
225 Fourth Floor 11.76 SQM.
226 Providing and fixing M40 grade thick vibrated
pull cast or similar type concrete frame with
chamfer conforming to I.S. 65241983 having 6
mm dia. bars 3 Nos. And stirrups @250 mm c/c
117.3 Rmt
and fixing in wall with 6 Nos of hold fast of 12
mm dia bars 500 mm long including primer and
oil painting etc, complete) frame size 60 mm x
100 mm .First Floor
227 Second Floor 35.7 Rmt
228 Third Floor 35.7 Rmt
229 Fourth Floor 35.7 Rmt
230 Providing and fixing in position Mild steel fixed
staggered ( Z Type ) Ventilator as per detailed
drawing with hot deep zink coating including
fabricating with Mild steel 'Z 'Section of size
20mm x 25 mm and 3 mm thick at weight 1.42
23.67 SQM.
Kg/Rmt,with stainless steel mosquito net of 304
Grade,4 mm thick float glass ?as directed by
Engineer In charge including necessary
welding, grinding, two coats of oil paint
tc.complete First Floor
231 Second Floor 5.4 SQM.
232 Third Floor 5.4 SQM.
233 Fourth Floor 5.4 SQM.
234 Providing and fixing mild steel grill gate with
angle iron frame 65mm x 65mm x 10mm with
iron bars at 150mm C/C and diagonal flats as
er the detailed drawing including hinges, pivot 14.49 SQM.
block locking arrangement, welding riveting and
oil painting of three coats of approved shade
Weight of gate 35 Kg/Smt.First Floor
235 Third Floor 3.15 SQM.
236 fourth Floor 3.15 SQM.
237 Providing and fixing mild steel grill work for
windows, ventilators etc. 20 kg/sqm as per
drawing including fixtures, necessary welding
200.97 SQM
and painting with one coats of anticorrosive
paint and two coats of oil painting complete.First
Floor
Contractor No Of Correction Executive Engineer 166
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
238 Second Floor 104.58 SQM
239 Third Floor 104.58 SQM
240 Fourth Floor 84.33 SQM
241 Providing and laying telephone black / Amba
White Cadburybrown / Ruby red / Ocean Brown
granite stone of 18 to 20 mm thick for door
frame/ dado/ window boxing etc. On C.M. 1:6 161.52 SQM.
including filling joints with polymer base filler
nosing the sharp edges wherever necessary,
curing, etc. complete.First Floor
242 Second Floor 86.76 SQM.
243 Third Floor 86.76 SQM.
244 Fourth Floor 70.56 SQM.
245 Providing and laying in position flooring of
telephone black Amba White / Cat bary brown /
Ruby red / Ocean Brown granite stone of
approved shade and size 18 mm to 20 mm thick 573.022 SQM.
on bed 1:6 cement mortar including cement
floats striking joints, pointing in C.M. 1:3 curing
and cleaning etc. complete.First Floor
246 Second Floor 236.662 SQM.
247 Third Floor 236.662 SQM.
248 Fourth Floor 236.662 SQM.
249 Providing and laying polished hand cut Kotah
Stone flooring 25mm to 30mm thick and 45cm
to 55cm wide in plain/diamond pattern on a bed
of 1:6 C.M. including cement float, filling joints
62.196 SQM.
with neat cement slurry, curing, polishing and
cleaning complete.First Floor
250 Second Floor 3.738 SQM.
251 Third Floor 3.738 SQM.
252 Fourth Floor 39.078 SQM.
253 Providing and fixing machine cut machine
polished 18 mm 20 mm thick telephone black /
Amba White / Cat bary brown RBI red / Ocean
Brown granite stone for treads and risers steps
and staircases of approved colour and shade
70.95 SQM.
with rounded moulding and three grooved line
for the treads on bed of 1:4 Cement mortar
including float filling joints with neat cement
slurry curing polishing and cleaning etc.
complete. First Floor
254 Second Floor 32.175 SQM.
255 Third Floor 14.85 SQM.
256 Fourth Floor 14.85 SQM.
257 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
20 RMT
fittings, remaking good the demolished portion
etc. complete.First Floor 15mm dia First Floor
258 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
20 RMT
fittings, remaking good the demolished portion
etc. complete.First Floor20mm dia
259 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
28 RMT
fittings, remaking good the demolished portion
etc. complete.First Floor25mm dia
Contractor No Of Correction Executive Engineer 167
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
260 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
40 RMT
fittings, remaking good the demolished portion
etc. complete.First Floor40mm dia
261 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
60 RMT
fittings, remaking good the demolished portion
etc. complete.First Floor50mm dia
262 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
10 RMT
fittings, remaking good the demolished portion
etc. complete.Second Floor15mm dia
263 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
14 RMT
fittings, remaking good the demolished portion
etc. complete.Second Floor20mm dia
264 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
20 RMT
fittings, remaking good the demolished portion
etc. complete.Second Floor25mm dia
265 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
30 RMT
fittings, remaking good the demolished portion
etc. complete.Second Floor40mm dia
266 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
60 RMT
fittings, remaking good the demolished portion
etc. complete.Second Floor50mm dia
267 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
10 RMT
fittings, remaking good the demolished portion
etc. complete.Third Floor15mm dia
268 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
14 RMT
fittings, remaking good the demolished portion
etc. complete.Third Floor20mm dia
269 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
20 RMT
fittings, remaking good the demolished portion
etc. complete.Third Floor 25mm dia
270 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
30 RMT
fittings, remaking good the demolished portion
etc. complete.Third Floor40mm dia
271 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
60 RMT
fittings, remaking good the demolished portion
etc. complete.Third Floor50mm dia
272 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
10 RMT
fittings, remaking good the demolished portion
etc. complete.Fourth Floor15mm dia
273 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
14 RMT
fittings, remaking good the demolished portion
etc. complete.Fourth Floor20mm dia
274 Providing and fixing on walls/ ceiling/ floor of
20 RMT
required dia. CPVC pipe with necessary
Contractor No Of Correction Executive Engineer 168
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
fittings, remaking good the demolished portion
etc. complete.Fourth Floor25mm dia
275 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
30 RMT
fittings, remaking good the demolished portion
etc. complete.Fourth Floor40mm dia
276 Providing and fixing on walls/ ceiling/ floor of
required dia. CPVC pipe with necessary
60 RMT
fittings, remaking good the demolished portion
etc. complete.Fourth Floor50mm dia
277 Providing and fixing P.V.C. Rain water pipes of
110mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes, inluding fixing
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
333 Rmt
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment) First Floor
278 Providing and fixing P.V.C. Rain water pipes of
110mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes, inluding fixing
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
144 Rmt
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment) Second Floor
279 Providing and fixing P.V.C. Rain water pipes of
110mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes, inluding fixing
144 Rmt
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
on C.C. or masonry blocks, including necessary

Contractor No Of Correction Executive Engineer 169


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment) Third Floor
280 Providing and fixing P.V.C. Rain water pipes of
110mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes, inluding fixing
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
144 Rmt
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment) Fourth Floor
281 Providing and fixing screw down for 50 mm dia.
wheeled stop tap of brass including necessary 8 No.
sockets/ union nut complete.First Floor
282 Second Floor 4 No.
283 Third Floor 4 No.
284 Fourth Floor 4 No.
285 Providing and fixing screw down for 25 mm dia.
wheeled stop tap of brass including necessary 8 No.
sockets/union nut complete.First Floor
286 Second Floor 4 No.
287 Third Floor 4 No.
288 Fourth Floor 4 No.
289 Providing and fixing coloured glazed
earthenware Wash Hand Basin of 55cm x 40
cm size including cold water pillar tap/cold and
hot water pillar tap brackets, rubber plugs and 20 No.
brass chain, stop tap and necessary pipe
connection including P.V.C. waste pipe and trap
up to the outside face of the wall.First Floor
290 Second Floor 8 No.
291 Third Floor 8 No.
292 Fourth Floor 8 No.
293 Providing and fixing orissa type colour glazed
earthenware 625 x 450 mm. w.c. pan including
trap, C.I. soil and vent pipe upto the out side
5 No.
face of wall including 100 mm. dia. C.I. plug,
bend, 15mm. With flush cock with all necessary
pipe connection etc. complete.First Floor
294 Second Floor 1 No.
295 Third Floor 1 No.
296 Fourth Floor 1 No.
297 Providing and fixing 15 cm rigid PVC Nahani
36 No.
trap including PVC grating ,bend ,connecting

Contractor No Of Correction Executive Engineer 170


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
piece of UPVC pipe up to the outside face of
wall ,making the good damaged surface and
testing etc. complete ( Prior approval of sample
and brand by Ex. Engr. is necessary before
use)First Floor
298 Second Floor 12 No.
299 Third Floor 12 No.
300 Fourth Floor 12 No.
301 Providing and fixing European type white glazed
earthenware water closet pan with UPVC seat
and lid with chromium plated brass hinges and
rubber buffers including UPVC and vent pipe up
to the outside face of wall without flushing
cistern with flush cock and with water Jet and 10 No.
necessary fittings including cutting and making
good to the walls and floors testing etc.
complete.( prior approval of sample and brand
by Ex. Engineer is necessary before use)First
Floor
302 Second Floor 6 No.
303 Third Floor 6 No.
304 Fourth Floor 6 No.
305 Providing and fixing black kadappa stone as
shelves 25mm. thick machine polished,
extending the polish upto 20 cm width on
313.2 SQM
lowerside, rounding corners, laying in position
jointing with bedding cement mortar 1:4
proportion curing etc etc. complete.First Floor
306 Second Floor 41.76 SQM
307 Third Floor 10.44 SQM
308 Fourth Floor 10.44 SQM
309 Providing and fixing Shutter to wall Cupboard
consisting of Teak Wood styles and Rails 25
mm thick and 75 mm wide with panel insert of
12 mm thick particle Board with one approved
coloured Laminated Face on one side 1.5 mm 70.56 SQM.
thick, bonded with Phenol Formaldehyde
Synthetic Resin including Lipping Beading. Iron
oxidised fixtures and fastening and oil primer
coat etc. complete. (Excluding cupboard frame).
310 Second Floor 10.08 SQM.
311 Third Floor 2.52 SQM.
312 Fourth Floor 2.52 SQM.
313 Providing and fixing H.D.P container Syntex or
alike one piece moulded water tank made out of
high density polythyler and built corrugated
inclusive of delivery up to destination hoisting 8000 Litre
and fixing of accessories such as inlet,outlet
overflow pipe inclusive of all tanks capacity
between 200 to 1000 litersFirst Floor
314 Fourth Floor 5000 Litre
315 Providing and fixing 450mm x 550mm size
superior type Belgium mirror with 16mm dia. 40 No.
nickel plated towel rod etc. complete.First Floor
316 Second Floor 8 No.
317 Third Floor 8 No.
318 Fourth Floor 8 No.

Contractor No Of Correction Executive Engineer 171


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
319 Providing and fixing 15 mm dia. screw down bib/
stop tap of brass including necessary socket 32 No.
union nut complete.
320 Second Floor 16 No.
321 Third Floor 16 No.
322 Fourth Floor 16 No.
323 Providing and fixing 100 mm dia. chromium
plated brass showers rose to 15mm dia. supply
8 No.
pipe including necessary bend and socket
complete.First Floor
324 Second Floor 2 No.
325 Third Floor 2 No.
326 Fourth Floor 2 No.
327 Providing and fixing P.V.C. Rain water pipes of
160mm outer diameter and having wall
thickness of 2.2 to 2.7 mm confirming to I.S.
13592-1992 including proper rainwater receiving
recess with P.V.C. plug, bend, necessary
fittings, such as, offsets, shoes,inluding fixing
the pipe on wall using approved wooden cleats
projecting 25mm to 40mm from face of wall a
fixing with clips of approved quality and number
67.5 Rmt
,filing the joint using rubber gasket with solvent
cement and properly resting the shoe of pipes
on C.C. or masonry blocks, including necessary
scaffolding and maintenance for 3 yrs for any
leakages or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket clips shall
be got approved from engineer in charge etc.
complete. (The contractor shall give 3 yrs
guarantee bond for payment)First Floor
328 Second Floor 36 Rmt
329 Third Floor 36 Rmt
330 Fourth Floor 36 Rmt
331 Providing and fixing in position
Partitions/Shelves/seating platforms of polished
Granite stone of 18 mm to 20 mm
thickthickness ,including making groove in wall / 22.05 SQM
concrete surface filling joints with slurry, curing,
polishing, rounding edges, as required cleaning
etc. complete.First Floor
332 Second Floor 22.05 SQM
333 Third Floor 11.025 SQM
334 Fourth Floor 11.025 SQM
335 Providing and fixing stainless steel sink of size
600 x 510 x 200 mm incluidng coupling, outlet
2 No.
pipe, elbow and other necessary fitting, finishing
etc. complete.First Floor
336 Second Floor 2 No.
337 Third Floor 2 No.
338 Fourth Floor 2 No.
339 Providing Quarter-round Moulding ( Half
Moulding ) to 18 mm to 20 mm thick granite
320 RMT
stone including fine polishing and cleaning etc.
complete.
340 Second Floor 160 RMT
341 Third Floor 160 RMT

Contractor No Of Correction Executive Engineer 172


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
342 Fourth Floor 160 RMT
343 Providing patti/ band 100mm wide on plastered
surface 12 mm to 15 mm thick in C.M. 1:3 line
400 RMT.
and level including neat finishing scaffolding
curing etc. complete.First Floor
344 Second Floor 200 RMT.
345 Third Floor 200 RMT.
346 Fourth Floor 200 RMT.
347 Providing and fixing chromium plated towel rod
16 mm dia and 75 cm. in length including all 40 No.
accessories complete.First Floor
348 Second Floor 8 No.
349 Third Floor 8 No.
350 Fourth Floor 8 No.
351 Providing and applying two coats of 100 % pure
acrylic water based paint with special heat
reflectance propoerty to withstand the harsh
climate for period 10 years, jotunjota shield
color Xtreme or Equivalent make. Paint system
should provide durable and long lasting finish
with DFT of min 90 microns and should protect
against concrete carbonation with R value of
minimum 600 and equivalent concrete layer
2241.564 SQM.
thickness value of min 150 .Paint should have
breathability property and should be able to
hailine cracks in the surface upto 0.5mmThe
paint has to be applied on a coat of high quality
acrylic copolymer based alkali resistant primer
with excellent penetrating properties including
cleaning , with all leads and lift at all levels etc
complete as directed by engineer in charge First
Floor
352 Second Floor 646.762 SQM.
353 Third Floor 646.762 SQM.
354 Fourth Floor 980.995 SQM.
355 Providing and applying nerolac impression 24
carrat luxury or equivalent approved brand
emulsion paint to interior wall and ceilings of
approved quality, colour and shade to new
surface in two coats including sub surface 4029.039 SQm
preparation by Acrylic putty and Acrylic primer
coats including scaffolding, preparing the
surface. etc. complete.(12 mm+20 mm) first
floor
356 Second floor 1055.877 SQM.
357 Third Floor 1055.877 SQM.
358 fourt Floor 1055.877 SQM.
359 Providing and applying nerolac impression 24
carrat luxury or equivalent approved brand
emulsion paint to interior wall and ceilings of
approved quality, colour and shade to new
2075.829 SQM.
surface in two coats including sub surface
preparation by Acrylic putty and Acrylic primer
coats including scaffolding, preparing the
surface. etc. complete.(6 mm)
360 First Floor 854.706 SQM.
361 Second Floor 854.706 SQM.

Contractor No Of Correction Executive Engineer 173


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
362 Third Floor 842.937 SQM.
363 Providing and fixing in position. (as per I.S.1868
/ 1982) Aluminium sliding window of two tracks
with rectangular pipe having overall dimension
63.50 x 38.10 x 1.02 mm at weight 0.547
kg/Rmt. and window frame bottom track section
61.85 x 31.75 x 1.20 mm at weight 0.695
kg/Rmt. Top and side track section 61.85 x
31.75 x 1.30 mm at weight 0.659 kg/Rmt. The
shutter should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. Inter locking
section 40 x 18 x 1.10 mm at weight 0.469
84 SQM.
kg/Rmt. And handle section 40 x 18 x 1.25 mm
at weight 0.417 kg/Rmt. and top section 40 x 18
x 1.25 mm at weight 0.417 kg/Rmt. As per
detailed drawings and as directed by Engineer
in charge with all necessary Aluminium sections
fixtures and fastenings such as roller bearing in
nylon casting and self locking catch fitted in
vertical section of shutter including 5 mm thick
plain glass with all required screws and nuts etc,
complete. With colour Anodising with box. First
Floor
364 Second Floor 2.4 SQM.
365 Third Floor 2.4 SQM.
366 Fourth Floor 2.4 SQM.
367 Providing & Fixing of Armstrong or
equivalent Mineral Fibre Suspended Ceiling
System with Bioguard (Bevelled Tegular)
EDGE TILES WITH ARMSTRONG or
Equivalent 15mm Exposed GRID. The tiles
should have Humidity Resistance (RH) of
99%, Light Reflectance 90%, Thermal
Conductivity k = 0.052 0.057 w/m K, Colour
White, Fire Performance UK Class 0/Class
1 (BS 476 Part 6 & 7), in module size of
600x600 x 16mm with Anti Microbial coating
on the face of the tile, suitable for Green
Building application, with Recycled content
of 34%. The tile shall be laid on precoated
137.07 SQM
G.I. channel on XL2 Clip having a web
height of 32 mm 32 with 15 mm wide T
section flanges colour white having rotary
stitching on all T sections i.e. the Main
Runner & 1200 mm Cross Tees with a
web height of 32 mm and a load carrying
capacity of 7.7 Kgs/M2 & pull out strength
of 100Kgs. . The T Sections have a
Galvanizing of 90 grams per M2 and need
to be installed with Suspension system of
Armstrong or equivalent make. The Tile &
Grid system used ogether should carry a 10
year warranty. products approved at
GRIHA and BS 476 etc. complete. First Floor
368 Second Floor 170.34 SQM
369 Third Floor 82.46 SQM
370 Fourth Floor 147.83 SQM
371 Providing Green Build Product (GBP) Build Fast 531 SQM
Contractor No Of Correction Executive Engineer 174
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
Plus masonry ecofriendly wet mix /Blocks laying
Adhesive is a pre- polymerized, wet mix jointing
adhesive which is suitable for Building masonry
walls with all kind of blocks with thickness of thin
layer of 2mm to 4mm between masonry units.
There is no need to pre-wet the Blocks nor to
post cure the wall with water.Confirming to IS
2185 of size 75 x 240x 650 mm superstructure
including striking joints, racking outjoints faces
and scaffolding etc. complete.
372 Second Floor 216 SQM
373 Third Floor 216 SQM
374 Fourth Floor 276 SQM
375 Providing & fixing turbo Ventilator of fan of 600
mm throat diametre of alluminium and of
approved make including fixing to dome
10 SQM
manufacture from same material used for
roofing all necessary fittings etc complete first
Floor
376 Fourth Floor 30 SQM
377 Providing cement based water proofing
treatment to terraces (Indian water proofing or
alike) with brick bats laid in required slope to
drain the water for any span after cleaning the
base surface. Applying a coat of cement slurry
admixed with approved water proofing
compound and laying the brick bats on bottom
layer in C.M.1:5 admixed with approved water
proofing compound filling up to half depth of
brick bats, curing this layer for 3 days, applying
cement slurry over this layer joints of brick bats
with C.M.1:3 admixed with approved water
proofing compound and finally top finishing with 1208.09 SQM
average 20 mm. thick layers of same mortar
added with jute fiber at 1 Kg per bag including
finishing the surface smooth with cement slurry
admixed with approved water proofing
compound. Marking finished surface with false
squares of 300mm x 300 mm. making the
junctions at the parapet rounded and tapered
top for required height, with drip mould at the
junction of plaster and parapet and curing and
covering 10 years Guarantee against
leakproofness on Court fee stamp paper of Rs.
500/including ponding test etc. complete.
378 Third Floor 124.355 SQM
379 Fourth Floor 580.34 SQM
380 Providing water proof bedding for flooring of Bath
and WC 25 mm thick in C.M. 1:3 including using
approved water proofing compound in
specified proportion as per manufacturers
specifications for per bag of cement including 371.88 sqm
leveling, curing and covering 10 years
guarantee on
court fee stamp paper of Rs.500/- including
ponding test etc. complete.
381 Providing waterproof plaster in W.C. and bath in
62.88 Cum
all positions consisting of specialized approved

Contractor No Of Correction Executive Engineer 175


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
waterproofing compound and material as per
manufacturer spacification and covering 7 years
guarantee bond on court fee stamp paper of Rs
100 including all leads and lift and ponding test
etc complete
382 Second Floor 12.56 Cum
383 Third Floor 13.45 Cum
384 Fourth Floor 13.45 Cum
385 Providing and laying jointless Polydee-LM, a
highly flexible elastometric coating for RCC /
cementitious surface for terrace waterproofing
on B.B. Coba / R.C.C, after application of TP-42
Primer on erfectly clean surface (free from
loose dust and foreign matter) application of 1st
coat of Polydee-LM @ 700 gms/sqm and
applying 2nd coat of Polydee-LM @ 700
72 SQM.
gms/sqm and finishing the same with sprinkling
the AG-10 granules on the wet coating. (After
finishing covering the treatment with 25mm
cement plaster for protection with fibrillated
6mm Plyplast fibre @ 125 gms/sqm to be paid
in separate item.) covering 7 years guarantee
on Court Fee Stamp Paper of Rs. 100/- etc.
complete. First Floor
386 Providing cast in situ / ready mix M15 grade
cement concrete for head walls of CD work /
retaining walls etc. including necessary form
work, compaction, finishing and curing etc.
129 CUM.
complete. (with reversible drum type mixer/
concrete batch mix plant (pan mixer) with
SCADA with Natural / VSI standard Artificial
Sand, Ground Floor
387 Providing and fixing chicken mesh of 22 gauge,
with about 30 cm. width at the junction of R.C.C
members and brick work, of approved quality
350 RMT.
including fixing mesh in position by necessary
drilling in concrete /B.B.masonry and or tying by
binding wire etc. complete.
388 Second Floor 200 RMT.
389 Third Floor 200 RMT.
390 Fourth Floor 200 RMT.
391 Providing and fixing in position after hoisting,
precast 1:2 cement mortar reinforced jali 80 mm
thick with 3 mm diameter mild steel bar
48 SQM.
reinforcement, of approved design on both
sides, fixing in cement mortar 1:3 and curing etc
complete.
392 Second Floor 48 SQM.
393 Third Floor 48 SQM.
394 Fourth Floor 48 SQM.
395 Providing and fixing in position aluminium partly
openable and partly fixed window of any size as
per detailed drawing and as directed by
Engineerincharge with all necessary alluminium
27 SQM.
sections including necessary fixtures and
fastening with 5 mm thick float glass etc.
complete. b) With powder coating Note While
arriving at the rate of item of item weight at 6.90
Contractor No Of Correction Executive Engineer 176
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
kg/Sqm considered.
396 Second Floor 1.8 SQM.
397 Third Floor 8.64 SQM.
398 Fourth Floor 8.64 SQM.
399 Providing and fixing in position aluminium
openable window of any size as per detailed
drawing and as directed by Engineerincharge
with all necessary alluminium sections including
necessary fixtures and fastening with 5 mm 72 SQM.
thick clear float glass etc. complete. b) With
powder coating Note While arriving at the rate of
item of item weight at 6.90 kg/Sqm is
considered.
400 Second Floor 4.8 SQM.
401 Third Floor 4.8 SQM.
402 Fourth Floor 4.8 SQM.
403 Providing and fixing in position aluminium fixed
window fully glazed of any size as per detailed
drawing and as directed by Engineerincharge
with all necessary alluminium sections including
necessary fixtures and fastening such as 5 mm 5.4 SQM.
thick clear float glass etc. complete. b) With
powder coating Note While arriving at the rate of
item of item weight at 6.90 kg/Sqm is
considered.
404 Second Floor 2.7 SQM.
405 Third Floor 2.7 SQM.
406 Fourth Floor 2.7 SQM.
407 Providing Mirror Polish to New / old Marble
/Kota / granite stone flooring /dado by polishing
machine using superior polishing stone of 0 to 6
no.of Suri Company and equivalent and
applying superior quality of polishing material 635.418 SQM
including necessary labour and cleaning the
srface etc. complete. Note:-item to be executed
with the prior permission from Superintending
Engineer.
408 Second Floor 240.4 SQM
409 Third Floor 240.4 SQM
410 Fourth Floor 275.74 SQM
411 Providing and fixing 900mm high S.S.304 Grade
Stainless steel railing with 40mm diameter and
1.5mm thick at top,40mm diameter and 1.5mm
thick vertical supports spaced at 1.5m center to
26.3 RMt
center and 8mm thick toughened glass including
fabricating ,fixtures, errecting , necessary
welding , grinding finishing, buffing to stainless
steel pipe etc. complete
412 Second Floor 13.2 Rmt
413 Third Floor 13.2 Rmt
414 Fourth Floor 13.2 Rmt
415 Providing and installing the polycarbonate sheet
multivalved 10mm thick in approved shed and
50 SQM
colour , fixed with self tapping screw and as per
instructed by Engineers incharge First Floor
416 Fourth Floor 196 SQM
417 Providing and fixing cold rolled steel hollow door 159.66 SQM.

Contractor No Of Correction Executive Engineer 177


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
frame 105mm x 60mm for anysizes including
hold fast hinges, tie members with red oxide
and gray paint etc. complete as per I.S.I.
specifications and code of practice prescribed
including anticorrosive treatment as directed by
the engineer..
418 Second Floor 25.2 SQM.
419 Third Floor 25.2 SQM.
420 Fourth Floor 25.2 SQM.
421 Providing and fixing White Glazed Earthenware
full stall type Urinal with P.V.C. with flush cock
and with fitting, inlet pipes and stop tap, 32 mm
dia. P.V.C flush pipe with fittings and flushing 4 No.
arrangement including lead soil pipe, lead trap,
soil pipe connectionup to the outside face of the
wall
422 Second Floor 4 No.
423 Third Floor 4 No.
424 Fourth Floor 4 No.
425 Providing and applying Texture plaster with
finishing with Purlina/ Rustic texture material
(with texture material of Asian/ Renava/ Nitco/
Temtex or equivalant company make) in 3 to 4
milimeter thickness on previously finished
plastered surface including plaster Groove 6mm
100.8 sqm
thick or Tape Grooves 35 to 45 mm thickness or
as required in all postion including preparing the
surface scaffolding etc. complete. ( Excluding
texture Paint and Texture Paint Finishing) (Prior
permission of S.E. is required before inclusion
of this item in the estimate)
426 Second Floor 115.2 sqm
427 Third Floor 115.2 sqm
428 Fourth Floor 144 sqm
429 Providing and fixing during laying in RCC Slab
rectangular 2 mm thick M.S. sheet fan hook box
of size 180x100 mm with required depth with
holes or notches as required, bottom and top
80 No
sides of 1.6 mm M.S. sheet fixed with 3.5 mm
dia. round headed screws together with 12 mm
dia. M.S. bar bent to shape with hooked ends
for fan hook and painting to exposed surface
430 Second Floor 40 No
431 Third Floor 40 No
432 Fourth Floor 40 No
433 Providing and laying in situ / ready mix
controlled grade of M25 of trap /granite
/quartzite /gneiss metal for RCC works in cut off
walls / curtain walls including necessary
scaffolding, centering, compacting by vibrator,
23.251 cum
finishing and curing etc. complete. (with fully
automatic micro processor based PLC with
SCADA enabled with reversible drum type
mixer/ concrete batch mix plant (pan mixer) with
natural /artifical sand, excluding reinforcement)
434 Second Floor 23.251 cum
435 Third Floor 8.251 cum

Contractor No Of Correction Executive Engineer 178


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
436 Fourth Floor 12.605 cum
437 Providing and applying exterior primer and two
coat of Acrylic (Thermal heat reflective) exterior
paint with SRI>100 & minimum guarantee of
reduction in roof temperature by 180 C of
1208.09 sqm
approved quality, colour and shade including
safety ladder, pulley system, scaffolding if
necessary, preparing the surface etc. complete.
First Floor
438 Fourth Floor 580.34 sqm
439 Providing, fabricating and erecting at site of
work the tubular steel structure (shed) as per
standard design and specifications having
various spans in between trusses and in
multiples of standard length of bays as specified
as per standard specifications, inclusive of cost
0.329 sqm
of steel tubular trusses, tubular columns purlins,
tie runners, foundation bolts, base plates, nuts
and bolts, welding wherever required etc. as per
detailed drawing inclusive of one coat of
anticorrosive paint and two coats of oil painting
of approved quality and shade etc. complete.
440 Providing and fixing tree guard on a given
location having 3 M.S angle of 20 x 20 x 4 mm -
1.67 mts long, M.S flat of 20 x 4 mm at top
middle and 15 cm from bottom and cage
50 sqm
covered with welded mesh of 12 gauge and
having checks of 75 x 25 mm properly welded
including fixing , colouring and naming the tree
guard as directed etc complete
441 Providing and fabricating structural steel work in
rolled sections like joists, channels, angles, tees
etc. as per detailed design and drawings or as
directed including cutting, fabricating, hoisting,
erecting, fixing in position making riveted /
0.588 MT
bolted /welded connections without connecting
plates, braces etc. and including one coat of
nticorrosive paint and over it two coats of oil
painting of approved quality and shade etc.
complete. First Floor
442 Fourth Floor 4.287 MT
443 Preparing instant Lawn :- Excavating the ground
to a required depth of 20 cm removing &
conveying unwanted stuff to a required distance
as directed providing & filling fresh garden soil
and manure in 3:1 to a height of 20cms
directed watering previous night planting 2 to 3 510 sqm
( Two to three ) years old healthy tress sampling
as per specification maintaining till well
established upto 6( Six )months by watering
,weeding stirring of soil ,replacing of casualties
etc complete
444 Providing expansion joints in R.C.C. framed
structure (interior column) with plain premoulded
filler 25 mm thick including fixing T.W. battens 3.78 sqm
on both faces and finishing as directed etc.
Complete.
445 Providing expansion joints in R.C.C. framed 7.56 sqm
Contractor No Of Correction Executive Engineer 179
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
structure (exterior Columns) with plain
premoulded filler 25 mm thick and 3 mm thick
alluminium plate, hold fast, fixing T.W. battens
on internal face, finishing etc. complete as
directed.
446 Providing expansion joints in R.C.C. framed
structure (at floor level) with premoulded filler 25
mm thick and 3 mm thick aluminium plate as 12.888 sqm
required, bitumen poured filler and fixing T.W.
battens on rear faces etc. complete as directed.
447 Providing expansion joints in R.C.C. framed
structure (at terrace level) with premoulded filler
25 mm thick and 3 mm thick aluminium plate as
19.11 sqm
required, bituminous poured filler, fixing lead,
flashing on upper side and T.W. battens on
inner face finishing etc. Complete as directed.
448 Providing groove to required size at
specified location as directed by Engineer,
at junction of brick masonry wall and R.C.C
beams or Column, at junction of composite 88.328 sqm
masonry,
including scaffolding, finishing, curing etc. compl
ete.
449 Second Floor 50.884 sqm
450 Third Floor 57.006 sqm
451 Fourth Floor 57.006 sqm
452 Providing and fixing lightening conductor
system comprising of erecting AirTermination
consisting of tubular copper rod of 25mm
dia. 1.2mm thick with multiple points head
1.2mt. long (Heavy Duty) welded or clamped
to G.I. pipe pole B Grade 50mm dia.
of required length
with M.S. round base plate 25cm. diam. and
10mm thick at bottom embeded in cement
concrete 1:3:6 foundation of size 45cm
diam. x 45cm Height and providing earthing
with copper earth plate of size 60 x 60 x 1 no
0.3cms with cadmium plated nut bolts to fix
earthing strip burried in specially prepared
earth pit 1.5 metre below ground level with
40 Kg charcoal and salt with alternate
layers of charcoal and salt and G.I. pipe
40mm dia. 2 metrer length burried in earth
upto earthling plate remaining portion above
ground level for watering and refilling
complete. Note Copper trip from lightening
conductor is not considered in this item. First
Floor
453 Fouth Floor 1 no
454 Providing and fixing copper strip 25 mm
wide and 3 mm thick for lightening
conductor including fixing with screws
50 rmt
required scaffolding etc. complete. Note
Lightening conductor and
earthing pit is not considered in this item.
455 Providing of Services of Site Supervisor
432 per day
Engineer to supervise /Asi the work on behalf of
Contractor No Of Correction Executive Engineer 180
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
PWD his/her services will be at the disposal of
PWD( 24 days in month @ 1239/per day
456 Royalty Charges 2189.005 cum
457 Testing charges for Cement basic Test 21 Test
458 Testing charges for Sand FMT silt/clay content 1 Test
459 Testing charges for Sand Silt factor 1 Test
460 Testing charges for Aggregates Water
8 Test
Absorption
461 Testing charges for Aggregates Sieve analysis 8 Test
462 Testing charges for Aggregates Flakiness 8 Test
463 Testing charges for Aggregates Abrasion 8 Test
464 Testing charges for Aggregates Soundness 8 Test
465 Testing charges for Bricks Crushing strength
16 Test
and water absorption
466 Testing charges for Mix Design 2 Test
467 Testing charges for Steel All test 55 Test
468 Testing charges for vetified Tiles flexure and
7 Test
Rupture test
469 Testing charges for ceramic Tiles flexure and
2 Test
Rupture test
470 Testing charges for Concrete Cube 175 Test
471 Excavation for roadway in earth, soil of all sorts,
sand, gravel or soft murum including dressing
section to the required grade, camber and side
405 Cum
slopes and conveying the excavated materials
with all lifts upto a lead of 50m. and spreading
for embankment or stacking as directed.
472 Conveying materials obtained from road cutting
including all lifts, laying in layers of 20cm to
30cm. breaking clods, dressing to the required
243 Cum
lines, curves, grades and section, 2 Km .
inclusive from the site of excavation to the site
of deposition as directed.
473 Watering and compacting the embankment
formed of materialsto 97% Standard Proctor
density obtained from the road cutting,
departmental landsor other sources within a
162 Cum
lead of 50 m. after laying them inlayers of 20 cm
to 30 cm with 3% Camber and
designsuperelevation etc. complete.
(Compaction with Power roller).
474 Supplying Soft murum at the road site, including
505 Cum
conveying and stacking complete.
475 Providing granular sub base (drainage layer ) by
coarse graded materials confirming to grading-
II of Table-400-2 of MORT & H in 50:30:20
proportion of 40 mm, 20 mm crusher broken
metal and sand respectively, spreading on
303.75 Cum
prepared surface, mixing by mix in place
method at OMC and compacting to achieve the
desired density etc. complete as per clause 401
for grading-II material etc complete. (B)
Compaction by Vibratory Roller
476 Providing, laying, spreading and compacting 202.5 Cum
Contractor No Of Correction Executive Engineer 181
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
stone aggregates of specific sizes to water
bound macadam specification including
spreading in uniform thickness, hand packing to
proper grade and camber, applying and
brooming requisite type of screening/ binding
Materials to fill up the interstices of coarse
aggregate, watering and compacting with
Intelligent Compactor with compaction analyzer
and V-Sat attachment. to the required density.
Grading I (Using Screening Type A (13.2) mm
Aggregate)
477 Providing, laying, spreading and compacting
stone aggregates of specific sizes to water
bound macadam specification including
spreading in uniform thickness, hand packing to
proper grade and camber, applying and
brooming requisite type of screening/ binding
140.63 Cum
Materials to fill up the interstices of coarse
aggregate, watering and compacting with
Intelligent Compactor with compaction analyzer
and V-Sat attachment. to the required density.
Grading II (Using Screening Type B (11.2 mm)
Aggregate)
478 Providing and constructing 75 mm. thick
Modified Penetration Macadam (MPM) road
surface including all materials, preparing the
existing road surface, spreading 40 mm. stone
metal layers 30% crusher broken metal + 70%
Hand broken (by breaking rubble obtained by
blasting) heating and spraying the bitumen of
1875 Sqm
VG-30 grade @ 2 Kg/sqm, spreading 12
mm.size chips compacting with three wheel
static roller having weight 8 to 10 MT. to achive
the desired degree of compaction as per
Technical Specification Clause 506 etc.
complete. Including picking of existing WBM
surface.
479 Open Graded Premix Surfacing- Providing and
Laying OGC 20 mm thickness composed of
13.2 mm to 5.6 mm aggregates premixed with
bituminous binder transported to site with VTS ,
laid over a previously prepared surface, finished
to the required grade, level, alignment, and
rolling to achieve the desired compaction VG-30
1875 Sqm
Bitumen, including providing and laying seal
coat sealing voids in a bituminious surface laid
to the specified level and cross fall using Type A
seal coat but excluding prime / tack coat. For
Bitumen VG-30 bulk--USING drum mix type hot
mix plant with SCADA, Paver and Vibratory
roller
480 Excavation for catch / side water gutter in all
sorts of soils to the specified section including
stacking the excavated stuff in a regular bund 405 Cum
and disposing of unsuitable or excess stuff as
directed all sorts of soils.
481 Spreading gravel / sand / soft murum /avilable
505 Cum
murum over rubble soling /W.B.M.surface

Contractor No Of Correction Executive Engineer 182


S. No. ITEM OF WORK Quantity Rate Amount
UNIT
blanketing berms etc.complete.
482 Compacting the hard murum / kankar for all
widths (200 mm. loose) with static roller 2025 Sqm
including necessary artificial watering complete.
483 Compacting the hard murum side widths
including laying in layers on each side with
1000 Sqm
power roller including artificial watering etc.
complete.
484 Providing and fixing of retro- reflectorised
informatory sign board rectangular/Square in
shape having area less than 0.9 square meter
made out of 2mm aluminum sheet bonded with
white retro reflective sheeting of Class C ( Type
XI Micro prismatic grade sheeting) having
pressure sensitive/heat activated adhesive
retoreflective specified back ground, border and
back side retoreflctive symbols, letters,
numerals, arrow as per IRC:67-2012 Table No
8.3, supported with back support frame 25mm
x 25mm x 3mm, duly painted on back side with
two coats of grey stove enamel paint and
supported on one no. mild steel angle iron post
75 mm x 75 mm x 6 mm, 3.5 mt long firmly fixed
to the ground by means of properly designed
foundation with M25 grade cement concrete 45
cm x 45 cm x 60 cm, 60 cm below ground level 2.16 Sqm
as per approved drawing The angle iron post
shall be duly painted with one coat of epoxy
primer and two coats of epoxy finish paints
having alternate black and white bands of 25 cm
width including GI fixures and transportation
etc.complete.The nut bolts of board with angle
iron post/supporting structure after fixing at site
has to be electrically welded. Class C ( Type XI
Micro prismatic grade sheeting) sheeting shall
have 10 years written warranty from the
manufacturer and authorised
distributor/convertor issued for field
performance including the screen printed areas
and cut-out sheeting and cut-out durable
transparent overlay film and this warranty
certificate in original should be submitted to the
Engineer in charge by the contractor/supplier.
485 Royalty 728.34 Cum
486 Testing charges for Materials Aggrgates for
GSBa)Water Absorption,Sp Gravity, 2 Test
Impact/crushing value
487 Testing charges for Materials Aggregates for
2 Test
GSBb) Sieve Analysis
488 Testing charges for Materials Aggregates for
2 Test
GSBc) Flakiness Index & Elongation
489 Testing charges for Materials Aggregates for
2 Test
GSBd)Abrasion
490 Testing charges for Materials Aggregates for
2 Test
GSBE)Soundness
491 Testing charges for Materials Aggregates for
Grade 1a)Water Absorptions Gravity, 2 Test
Impact/crushing value
Contractor No Of Correction Executive Engineer 183
S. No. ITEM OF WORK Quantity Rate Amount
UNIT
492 Testing charges for Materials Aggregates for
2 Test
Grade 1b) Sieve Analysis
493 Testing charges for Materials Aggregates for
1 Test
Grade 1c) Flakiness Index & Elongation
494 Testing charges for Materials Aggregates for
1 Test
Grade 1d)Abrasion
495 Testing charges for Materials Aggregates for
1 Test
Grade 1E)Soundness
496 Testing charges for Materials MurumSieve
1 Test
Analysis
497 Liquid LIMIT/Plastic limit 3 Test
498 Testing charges for Materials 40mm
H.B.Metala)Water Absorptions Gravity, 8 Test
Impact/crushing value
499 Testing charges for Materials 40mm
8 Test
H.B.Metalb) Sieve Analysis
500 Testing charges for Materials 40mm
8 Test
H.B.Metalc) Flakiness Index & Elongation
501 Testing charges for Materials 40mm
8 Test
H.B.Metald)Abrasion
502 Testing charges for Materails 40mm H.B.Metal
5 Test
E)Soundness
503 Testing charges for Materials 40mm
1 Test
H.B.MetalExtraction
504 Testing charges for Materials 40mm
H.B.MetalMarshal stability & flow 2 Test
measurements
505 Testing charges for Materials Bitumen
VG30Penetration, softning pont , Specific 1 Test
Gravity , flash and fire
506 Testing charges for Materials Bitumen
1 Test
VG30Viscosity
507 Testing charges for Materials Bitumen
1 Test
VG30Ductility

Contractor No Of Correction Executive Engineer 184


SECTION 8
SECURITIES AND OTHER FORMS

Contractor No Of Correction Executive Engineer 185


PERFORMANCE BANK GUARANTEE
Used For PERFORMANCE Security Deposit also if quoted offer is more
than 1% Below

To,

____________________________ [name of Concern Engineer ]

____________________________ [address of Concern Engineer]

WHEREAS _______________________________ [name and address of Contractor]


(hereafter called “The Contractor”) has undertaken, in pursuance of Contract No. __________
dated ________ to execute ______________ [name of Contract and brief description of
Works] (hereinafter called “the Contractor”)

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

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of _____________________ [amount of guarantee]*
_______________________ (in words), such sums being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of
___________________________ [amount of guarantee] as aforesaid without your needing to
prove or to show ground or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the Contract documents which may be made between
your and the Contractor shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition or modification.

This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the Guarantor _______________

Name of Bank ________________________________

Address _____________________________________

Date _________

An Amount shall be inserted by the Guarantor, representing the percentage the contract price specified
in the Contract including additional security for unbalanced Bids, if any and denominated in Indian
Rupees.

Contractor No Of Correction Executive Engineer 186


INDENTURE FOR SECURED ADVANCES
FROM 31
(For use in cases in which the contract is for finished work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work in a given time.)
This indenture made the __________ day of __________ , 20 _____ BETWEEN
______________ (hereinafter called the contractor which expression shall where the context so
admits or implies be deemed to include his executors, administrators and assigns) or the one part and the employer
of the Other Part.
Whereas by an agreement dated ____________ (hereinafter called the said agreement)
the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced on the
security of materials absolutely belonging to him and brought by him to the site of the works the subject of the said
agreement for use in the construction of such of the works as he has undertaken to executive at rates fixed for the
finished works (inclusive of the cost of materials and labour and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
_________________________________________ on the security of materials the quantities and
other particulars of which are detailed in Accounts of Secured Advances attached to the Running
Account bill for the said works signed by the Contractor on _____________ and the Employer has
reserved to himself the option of making any further advance or advance on the security of other materials brought
by the Contractor to the site of the said works.
Now THIS INDENTURE WINTNESSE that in pursuance of the said agreement and in
consideration of the sum of Rupees _______________ on or before the execution of these
presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby acknowledge) and
of such further advance (if any) as may be made to him as a for said the Contractor doth hereby covenant and
agree with the President and declare as follows :
(1) That the said sum of Rupees ____________________________ so advanced by the
Employer to the Contractor as aforesaid and all or any further sum or sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for no other purpose
whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to
and accepted by the Employer as security are absolutely the Contractor‟s own propriety and free
from encumbrances of any kind the contractor will not make any application for or receive a further
advance of the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the contractor indemnified the Executive Engineer Public Works Division No I,
Gondia against all claims to any materials in respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advance and all other materials on
the security of which any further advance or advance may hereafter be made as aforesaid (hereafter called the said
materials) shall be used by the Contractor solely in the execution of the said works in accordance with the directions
of the Engineer.

Contractor No Of Correction Executive Engineer 187


(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor‟s custody and on his own responsibility and shall at all times be open to inspection by
the Engineer or any officer authorised by him. In the event of the said materials or any part thereof
being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to
reasonable use and wear thereof the Contractor will forthwith replace the same with other materials
of like quality or repair and make good the same required by the Engineer.

(5) That the said materials shall not be any account be removed from the site of the said works
except with the written permission of the Engineer or an officer authorized by him on that behalf
(6) That the advance shall the Executive Engineer Public Works Division No I, Gondia of the
price payable in full when or before the Contractor receives payment from the Executive Engineer
Public Works Division No I, Gondia of the price payable to him for the said works under the terms
and provisions of the said agreement. Provided that if any intermediate payment are made to the
Contractor on account of work done than on the occasion of each such payment the Employer will be at
liberty to make a recovery from the contractor‟s bill for such payment by deducting there from the value
of the said materials than actually used in the construction and in respect of which recovery has not
been made previously, the value for this purpose being determined in respect of each description of
materials at the rates are which the amounts of the advances made under these presents were
calculated.

(7) That if the Contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total amount
of the advance or advances that may still be owing of the Executive Engineer Public Works
Division No I, Gondia shall immediately on the happening of such default be repayable by the
Contractor to be the Employer together with interest thereon at twelve percent per annum from the date
or respective dates of such advance or advances to the date of repayment and with all costs, charges,
damages and expenses incurred by the Executive Engineer Public Works Division No I, Gondia
in or for the recovery thereof or the enforcement of this security or otherwise by reason of the default of
the Contractor and the Contractor hereby covenants and agrees with the Executive Engineer Public
Works Division No I, Gondia to reply and pay the same respectively to him accordingly.

(8) That the contractor hereby charges all the said materials with the repayment to the Employer of
the said sum of Rupees ________________________ and any further sum or sums advanced as
aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED
ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement and
without prejudice to the power contained therein if and whenever the covenant for payment and
repayment here-in-before contained shall become enforceable and the money owing shall not be paid
in accordance there with the Executive Engineer Public Works Division No I, Gondia may at any
time thereafter adopt all or any of the following courses as he may deem best :

(a) Seize and utilise the said materials or any part thereof in the completion of the said
works on behalf of the contractor in accordance with the provisions in that behalf
contained in the said agreement debiting the contractor with the actual cost of effecting

Contractor No Of Correction Executive Engineer 188


such completion and the amount due to the contractor with the value of work done as if
he had carried it out in accordance with the said agreement and at the rates thereby
provided. If the balance is against the contractor, he is to pay same to the Executive
Engineer Public Works Division No I, Gondia on demand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of
the moneys arising from the sale retain all the sums aforesaid repayable or payable to
the Executive Engineer Public Works Division No I, Gondia under these
presents and pay over the surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due
to the Contractor under the said advance shall not be payable.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on the
said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or difference
arising over the construction or effect of these presents the settlement of which has not been here-in-
before expressly provided for the same shall be referred to the Employer whose decision shall be
final and the provision of the Indian Arbitration Act for the time being in force shall apply to any
such reference.

Contractor No Of Correction Executive Engineer 189


Letter of Acceptance
(Letterhead paper of the Employer)
To,

_______________________ [name and address of the Contractor]

Dear Sirs,

This is to notify you that your online bid dated ____________ for execution of the
_____________________________________ (name of the contract and identification number, as
given in the Instructions to Bidders) for the Contract Price of
Rupees
__________________________ ( ____________ ) (amount in words and figures), as
corrected
1
and modified in accordance with the Instructions to Bidders is hereby accepted by our agency.

We accept / do not accept that ___________________ be appointed as


the
2
Adjudicator . You are hereby requested to furnish Performance Security, in the form detailed in
Para 34.1 of ITB for an amount equivalent to Rs. ______________ within 07 days of the receipt of
the letter of acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. up
to ______________ and sign the contract, failing which action as stated in Para 34.2 of ITB will be
taken.

Yours faithfully,

Authorised Signature Name


and title of Signatory Name
of Agency

1
Delete “Corrected and” or “and modified” if only one of these actions applies. Delete as corrected
and modified in accordance with the Instructions to Bidders, if corrections or modifications have not
been affected.
1 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed by the
Employer in the “ Instructions to Bidders”.

Contractor No Of Correction Executive Engineer 190


Issue of Notice to proceed with the work
(Letter head of the Employer)

_________________
(Date)
To,
______________________ [name and address of the Contractor]

Dear Sirs,

Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the
Contract for the work of………………………………………………………………………..

Bid Price of Rs. __________ .

You are hereby instructed to proceed with the execution of the said works in accordance
with the documents.

Yours faithfully,

(Signature, name and title of Signatory


Authorised to sign on behalf of Employer)

Contractor No Of Correction Executive Engineer 191


AGREEMENT FORM
Agreement
This agreement, made the ________________ day of _____________ between _________
(name and address of the Employer) [hereinafter called “the Employer] and ___________
(name and address of contractor) hereinafter called “the Contractor” of the other part.
Where as the employer is desirous that the Contractor execute
_____________________ (name and identification number of Contractor) (hereinafter called “the
Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion
of such Works and the remedying of any defects therein, at a cost of Rs

NOW THIS AGREEMENT WITNESSTH as follows :


(1) In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be
deemed to form and be read and construed as part of this Agreement.
(2) In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to all aspects
with the provisions of the contract.
(3) The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.
(4) The following documents shall be deemed to form and be ready construed as part of this
agreement viz.
i) Letter of Acceptance
ii) Notice to proceed with the works
iii) Contractor‟s Bid
iv) Condition of contract : General and Special
v) Contract Date
vi) Additional condition
vii) Drawings
viii) Bill of Quantities and
ix) Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereof the parties there to have caused this Agreement to be executed the
day and year first before written.
The Common Seal of ________ was hereunto affixed in the presence of :
Signed, Sealed and Delivered by the said

in the presence of :
Binding Signature of Employer
Binding Signature of Contractor

Contractor No Of Correction Executive Engineer 192


UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s.


______________________________ agree to abide by this bid for a period _______ days for the
date fixed for receiving the same and it shall be binding on us and may be accepted at any time
before the expiration of that period.

(Signed by an Authorized Officer of the Firm)

Title of Officer

Name of Firm

DATE

Contractor No Of Correction Executive Engineer 193


SECTION - DRAWINGS

Contractor No Of Correction Executive Engineer


194
SECTION 10
DOCUMENTS TO BE FURNISHED BY BIDDER
(Attached)

Contractor No Of Correction Executive Engineer 195


Contractor No Of Correction Executive Engineer 1
Contractor No Of Correction Executive Engineer 2

You might also like