Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE ...

222
1 NOTICE INVITINGTENDER N.I.T. No.:49/NIT/MGCD/SH/2018-9 Name of work:-Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works , internal EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical service connection.) INDEX Sl. Description Page No. No. 1 Index 1 2 PART – A 2 3 Notice Inviting Tender (CPWD-6) 3-16 4 CPWD-7 17-19 5 Schedules (A to F) 20-26 6 Form of Performance Security(Guarantee) 27-28 7 Form of BG for earnest money 29 8 Integrity Pact and changes made in the clauses of the GCC for CPWD Works 30-35 2014 9 Correction Slips 36-104 10 PART-B 105 11 General Conditions / Additional Specifications 106-120 12 List of acceptable makes of material -Civil 121-122 13 Schedule of Quantities (for Civil Work) 123-152 14 PART – C 153 15 Schedules (A to F) 154-157 16 Eligibility Criteria 158-159 17 Willingness Criteria 160-161 18 General Additional conditions for Electrical Works 162-168 19 Technical Specification 169-177 20 List of acceptable makes of material- Electrical 178-179 21 Schedule of Quantities (for Electrical Work) 180-198 22 SCHEDULE OF QUANTITY (% age) 199 Certified that this N.I.T. amounting to pages from 1 to 199only in chronological order. Assistant Engineer (P) NEZ-I, CPWD, Shillong Assistant Engineer(E) (P) NEZ-I CPWD, Shillong Executive Engineer (P-II) NEZ-I, CPWD, Shillong Executive Engineer(E) (P) NEZ-I CPWD, Shillong Approved Superintending Engineer (P cum SCC) NEZ-I, C.P.W.D., Shillong Chief Engineer NEZ-I , CPWD , Shillong Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

Transcript of Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE ...

1

NOTICE INVITINGTENDER

N.I.T. No.:49/NIT/MGCD/SH/2018-9

Name of work:-Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o officebuilding( G+3), Hostel Building (G+3) i/c internal water supply, sanitaryinstallation, retaining wall, underground sump , Tube well , allied civildevelopment works , internal EI and fans, First aid hose Reel, Lift , DG set ,street lighting and electrical service connection.)

INDEX

Sl. Description Page

No. No.

1 Index 1

2 PART – A 2

3 Notice Inviting Tender (CPWD-6) 3-16

4 CPWD-7 17-19

5 Schedules (A to F) 20-26

6 Form of Performance Security(Guarantee) 27-28

7 Form of BG for earnest money 29

8 Integrity Pact and changes made in the clauses of the GCC for CPWD Works 30-35

2014

9 Correction Slips 36-104

10 PART-B 105

11 General Conditions / Additional Specifications 106-120

12 List of acceptable makes of material -Civil 121-122

13 Schedule of Quantities (for Civil Work) 123-152

14 PART – C 153

15 Schedules (A to F) 154-157

16 Eligibility Criteria 158-159

17 Willingness Criteria 160-161

18 General Additional conditions for Electrical Works 162-168

19 Technical Specification 169-177

20 List of acceptable makes of material- Electrical 178-179

21 Schedule of Quantities (for Electrical Work) 180-198

22 SCHEDULE OF QUANTITY (% age) 199

Certified that this N.I.T. amounting to pages from 1 to 199only in chronological order.

Assistant Engineer (P)

NEZ-I, CPWD, Shillong

Assistant Engineer(E) (P)

NEZ-I CPWD, Shillong

Executive Engineer (P-II)

NEZ-I, CPWD, Shillong

Executive Engineer(E) (P)

NEZ-I CPWD, ShillongApproved

Superintending Engineer (P cum SCC)

NEZ-I, C.P.W.D., Shillong

Chief Engineer

NEZ-I , CPWD , Shillong

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

2

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

3

CPWD-6 FOR e-TENDERING

Percentage rate bids are invited on behalf of the President of India from CPWD (composite) enlisted contractor

of appropriate class and category for the work of - Construction of Regional Labour Institute at Shillong,Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works , internal EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical service connection.)1. The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1.1 The authority competent to approve NIT for the combined cost belonging to the major discipline willconsolidate NITs for calling the tenders. He will also nominate Division which will deal with all mattersrelating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicates theestimated cost of each component separately. The eligibility of bidders will correspond to the combinedestimated cost of different components put to bid.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7 which is availableas a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote hisrates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be12(Twelve) months from the date of start as defined inschedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with thephasing, if any, indicated in the bid documents.

4. (i) The site for the work will be available as mentioned in Clause 5 of Part A.

(ii) The architectural and structural drawings shall be made available in phased manner, as perrequirement of the same as per approved programme of completion submitted by the contractor afteraward of work.

5 The bid document consisting of plans, specifications, the schedule of quantities of various types of itemsto be executed and the set of terms and conditions of the contract to be complied with and othernecessary documents including Standard General Conditions of Contract Form can be seen from websitewww.tenderwizard.com/CPWDor www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times(he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. When Bids are invited in three stage system and if it is desired to submit revised financial bid then it shallbe mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall becomeinvalid.

9. Earnest Money in the form of TreasuryChallan or Demand Draft or Pay order or Banker`s Cheque orDeposit at Call Receipt or Fixed Deposit Receipt (drawn in favourExecutive

Engineer, Meghalaya Central Division, CPWD, Shillong ( Meghalaya) all be scanned and uploaded to the e-tendering website within the period of bid submission.The original EMD should be deposited either in theoffice of Executive Engineer inviting bids or Division Office of

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

4

any Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive Engineer

(including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to the bidder in a

prescribedformat(enclosed) uploaded by the tender invitingEEin the NIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified bidsubmission date and time.

Copy of enlistment order and other documents as specified in the press notice shall be scanned anduploaded to e-tendering web site within the period of bid submission. However, certified copies of all the

scanned and uploaded documents as specified in the press notice shall have to be submitted by the lowest

bidder only within a week physically in the office of tender opening authority.

Online bid documents submitted by the intending bidders shall be opened only of those bidders, whoseoriginal EMD deposited with any division of CPWD and other documents scanned and uploaded are foundin order.

The bid submitted shall be opened at 3.30 P.M On 17.12.2018

9(A) The Contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposittender processing fee at existing rates, or they have option to switch over to the new registration systemwithout tender processing fee any time.

10. The bid submitted shall become invalid if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with Division office of any Executive Engineer CPWD.

(iii) The bidder does not upload all the documents (including GST registration) as stipulated in the bid document including the copy of receiptfor deposition of original EMD instrument.

(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of tender opening authority.

(v) If a tenderer quotes nil rates against each item in the item rate tender or does not quote any percentageabove / below on the total amount of the tender or any section/Sub-head in percentage rate tender ,thetender shall be treated as invalid and will not be considered as lowest tenderer.

11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (FivePercent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form ofcash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduledbank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of anyScheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities orFixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India inaccordance with the prescribed form. In case the contractor fails to deposit the said performanceguarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the EarnestMoney deposited by the contractor shall be forfeited automatically without any notice to the contractor. TheEarnest money deposited alongwith bid shall be returned after receiving the aforesaid performanceguarantee. The Contractor whose bid is accepted will also be required to furnish either copy of applicable

licences/registrations or proof of applying for obtaining labourlicences, registration with EPFO, ESIC and

BOCW Welfare Boardincluding Provident Fund Code No. if applicable and also ensure the compliance of

aforesaid provisions by the sub-contractors, if any,engaged by the contractor for the said work and

Programme Chart (Time and Progress) within the period specified in Schedule F.

* To be filled in by the EE

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

5

12. The description of work is as follows:

Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o office

building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation,retaining wall, underground sump , Tube well , allied civil development works , internal

EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical serviceconnection.)Intending bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their bids as to the nature of the ground and sub-soil (so far as ispracticable), the form and nature of the site, the means of access to the site, the accommodation they

may require and in general shall themselves obtain all necessary information as to risks, contingencies

and other circumstances which may influence or affect their bid. A bidder shall be deemed to have fullknowledge of the site whether he inspects it or not and no extra charge consequent on any

misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and

maintaining at own cost all materials, tools & plants, water, electricity access, facilities for workers andall other services required for executing the work unless otherwise specifically provided for in the

contract documents. Submission of a bid by a bidder implies that he has read this notice and all other

contract documents and has made himself aware of the scope and specifications of the work to bedone and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the

Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest

or any other bid and reserves to itself the authority to reject any or all the bids received without the

assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractorsof Horticulture/Nursery category) responsible for award and execution of contracts, in which his nearrelative is posted a Divisional Accountant or as an officer in any capacity between the grades ofSuperintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names ofpersons who are working with him in any capacity or are subsequently employed by him and who are nearrelatives to any gazetted officer in the Central Public Works Department or in the Ministry of UrbanDevelopment. Any breach of this condition by the contractor would render him liable to be removed fromthe approved list of contractors of this Department.

17. No Engineer of gazette rank or other Gazetted Officer employed in Engineering or Administrative

duties in an Engineering Department of the Government of India is allowed to work as a contractor for aperiod of one year after his retirement from Government service, without the priorpermission of the

Government of India in writing. This contract is liable to be cancelled if either the contractor or any of hisemployees is found any time to be such a person who had not obtained the permission of the Governmentof India as aforesaid before submission of the bid or engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of Forty Five (45) days from the

date of opening of bids. If any bidder withdraws his bid before the said period or issue of letter ofacceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid whichare not acceptable to the department, then the Government shall, without prejudice to any other right orremedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not beallowed to participate in the re-bidding process of the work.

19. This Notice Inviting Bid shall form a part of the contract document. The successful bidder/ contractor, onacceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of thework, sign the contract consisting of:-

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

6

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and

drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quotedonline at the time of submission of bid and acceptance thereof together with any correspondenceleading thereto.

b) Standard C.P.W.D. Form 7 (Attached with this bid document).

20. For Composite Bids

20.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The cost ofbid document and Earnest Money will be fixed with respect to the combined estimated cost put to tenderfor the composite bid.

20.1.2 The bid document will include following three components:

Part A - CPWD-6, CPWD-7 including schedule A to F for the major component of the work, StandardGeneral Conditions of Contract for CPWD 2014 as amended/modified up to the last date of submission ofbid.

Part B - General / specific conditions, specifications and schedule of quantities applicable to majorcomponent of the work.

PartC- Schedule A to F for minor component of the work. (SE/EE in charge of major component shall alsobe competent authority under clause 2 and clause 5 as mentioned in schedule A to F for majorcomponents), General/specific conditions, specifications and schedule of quantities applicable to minorcomponent(s) of the work.

20.1.3 The bidders must associate himself, with agencies of the appropriate class eligible to bid for each of theminor component individually.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minorcomponents of work.

20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the work shallissue letter of award on behalf of the President of India. After the work is awarded, the main contractor willhave to enter into one agreement with EE in charge of major component and has also to sign two or morecopies of agreement depending upon number of EE’s/DDH in charge of minor components. One suchsigned set of agreement shall be handed over to EE/DDH in charge of minor component(s). EE of majorcomponent will operate Part A, Part B of the agreement. EE/DDH-in-Charge of minor component(s) shalloperate Part C along with Part A of the agreement.

20.1.6 Entire work under the scope of composite bid including major and all minor components shall be executedunder one agreement.

20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost ofthe respective component of works.

20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria asdefined in the bid document and has to submit detail of such agency(s) to Engineer-in-Charge of minorcomponent(s) within prescribed time. Name of the agency(s) to be associated shall be approved byEngineer-in-Charge of minor component(s).

20.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation ofthe contract, he shall obtain prior approval of Engineer-in-Charge of minor component. The newagency/agencies shall also have to satisfy the laid down eligibility criteria. In case engineer-in-charge isnot satisfied with the performance of any agency, he can direct the contractor to change the agencyexecuting such items of work and this shall be binding on the contractor.

20.1.10. The main contractor has to enter into agreement with contractor(s) associated by him for execution ofminor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minorcomponent as well as to EE in charge of major component. In case of change of associate contractor, themain contractor has to enter into agreement with the new contractor associated by him.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

7

20.1.11.Running payment for the major component shall be made by EE of major discipline to the main contractor.Running payment for minor components shall be made by the engineer-in-charge of the discipline of minorcomponent directly to the main contractor.

20.1.12AThe composite work shall be treated as complete when all the components of the work are complete. Thecompletion certificate of the composite work shall be recorded by engineer – in – charge of majorcomponent after record of completion certificate of all other components.

20.1.12B.Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)-in-Chargeof minor component(s) will prepare and pass the final bill for their component of work and pass on thesame to the EE of major component for including in the final bill for composite contract.

21. Information and instruction for Executive Engineer for e-tendering

1. The Executive Engineer of all divisions of CPWD should receive the original EMD for tender of other division as per O.M. No. DG/MAN/328 Dt. 04.01.2016.

2. The Executive Engineer, Meghalaya Central Division, CPWD, Shilong( Meghalaya) shall also fill and

upload the following prescribed format of receipt of deposition of original EMD along with NIT.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

8

RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No. ………………………………… Date ………………….)

Name of work :Construction of Regional Labour Institute at Shillong,Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building

(G+3) i/c internal water supply, sanitary installation, retainingwall, underground sump , Tube well , allied civil developmentworks , internal EI and fans, First aid hose Reel, Lift , DG set ,street lighting and electrical service connection.)

.

1. NIT No49/NIT/MGCD/SH/2018-19

2. Last date of submission of bid 17.12.2018

(** To be filled by EE/ Meghalaya Central Division, CPWD, Shillong ( Meghalaya), at the time of issue of NIT and uploaded along with NIT)

1. Name of Contractor : …#…………………………….

2. Form of EMD …#……………………………………….

3. Amount of Earnest Money deposit…#……………………..

4. Date of submission of EMD …#………………..

Signature, Name and Designation of EMD

Receiving officer (EE/ AE(P)/AE/AAO)

Alongwith office stamp

(# To be filled by EMD receiving EE)

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

9

RECEIPT OF DEPOSITION OF ORIGINAL BANK GUARANTEE AS EMD

(Receipt No. ………………………………… Date ………………….)

1. Name of work :Construction of Regional Labour Institute at Shillong,

Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building (G+3) i/cinternal water supply, sanitary installation, retaining wall, undergroundsump , Tube well , allied civil development works , internal EI and fans,First aid hose Reel, Lift , DG set , street lighting and electrical serviceconnection.)

2. NIT No. 49/NIT/MGCD/SH/2018-19

3. Last date of submission of bid 17.12.2018

(* To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded alongwith NIT)

1. Name of Contractor: ……………………………….#

2. Amount of original Bank guarantee Earnest Money

Deposit ………………………………………….#

3. Date of submission of EMD …………………..#

Signature, Name and Designation of EMD

Receiving officer (EE/ AE(P)/AE/AAO)

Alongwith office stamp

(# To be filled by EMD receiving EE)

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

10

GENERAL RULES & DIRECTIONS

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

General Rules & 1 All work proposed for execution by contract will be notified in a form ofDirections invitation to tender posted in public places and signed by the officer inviting

tender or by publication in News papers as the case may be.This form will state the work to be carried out, as well as the date for

submitting and opening tenders and the time allowed for carrying out thework, also the amount of earnest money deposited with the tender, and the

amount of the security deposit and Performance guarantee to be depositedby the successful bidder and the percentage, if any, to be deducted from

bills. Copies of the specifications, designs and drawings and any other

documents required in connection with the work signed for the purpose of

identification by the officer inviting tender shall also be open for inspection bythe contractor at the office of officer inviting tender during office hours.

2. In the event of the tender being submitted by a firm, it must be signed

separately by each partner thereof or in the event of the absence of any

partner, it must be signed on his behalf by a person holding a power-of

attorney authorizing him to do so, such power of attorney to be producedwith the tender, and it must disclose that the firm is duly registered under the

Indian Partnership Act, 1932.

3. Receipts for payment made on account of work, when executed by a firm,

must also be signed by all the partners, except where contractors are

described in their tender as a firm, in which case the receipts must be signedin the name of the firm by one of the partners, or by some other person

having due authority to give effectual receipts for the firm.

Applicable for 4. Any person who submits a tender shall fill up the usual printed form, statingitem Rate Tender he is willing to undertake each item of the work. Tenders, which propose any

only (CPWD-8) alteration in the work specified in the said form of invitation to tender, or in

the time allowed for carrying out the work, or which contain any otherconditions of any sort, including conditional rebates, will be summarily

rejected. No single tender shall include more than one work, but contractorswho wish to tender for two or more works shall submit separate tender for

each. Tender shall have the name and number of the works to which they

refer, written on the envelopes.The rate(s) must be quoted in decimal coinage. Amounts must be quoted in

full rupees by ignoring fifty paisa and considering more than fifty paisa asrupee one.

In case the lowest tendered amount (worked out on the basis of quoted rate

of Individual items) of two or more contractors is same, the such lowest

contractors may be asked to submit sealed revised offer quoting rate of eachitem of the schedule of quantity for all sub heads as the case may be, but therevised quoted rate of each item of schedule of quantity for all sub

sections/sub heads should not be higher than their respective original ratequoted already at the time of submission of tender. The lowest shall be

decided on the basis of revised offer.

If the revised tendered amount (worked out on the basis of quoted rate of

individual items) of two or more contractors received in revised offer is againfound to be equal, then the lowest tender, among such contractors, shall be

decided by draw of lots in the presence of SE of the circle, EE(s) in-charge

of major & minor component(s) (also D Horticulture work is also included inthe tender), EE(P) or EE(HQ) of the circle & the lowest contractors those

have quoted equal amount of their tenders.

In case of any such lowest contractor in his revised offer quotes rate of any

Correction. Nil Deletion.. Nil

Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

11

item more than their respective original rate quoted already at the time ofsubmission of tender, then such revised offer shall be treated invalid. Such

case of revised offer of the lowest contractor or case of refusal to submit

revised offer by the lowest contractor shall be treated as withdrawal of histender before acceptance and 50% of his earnest money shall be forfeited.

In case all the lowest contractors those have same tendered amount (as a

result of their quoted rate of individual items),refuse to submit revised offers, then tenders are to be recalled after forfeiting

50% of EMD of each lowest contractors.

Contractor, whose earnest money is forfeited because of non-submission ofrevised offer, or quoting higher revised rate(s) of any item(s) than their

respective original rate quoted already at the time of submission of his bid

shall not be allowed to participate in the re- tendering process of the work.

Applicable for 4 A. Applicable for Percentage Rate ender only (CPWD-7)

Percentage Rate In case of Percentage Rate Tenders, contractor shall fill up the usual printed

Tender only form, stating at what percentage below/above (in figures as well as in words)(CPWD–7) the total estimated costs given in Schedules of Quantities at Schedules-A,

he will be willing to execute the work. The tender submitted shall be treated

as invalid if:-

1 The contractor does not quote percentage above/below on the totalamount of tender or any section/sub head of the tender.

2 The percentage above/below is not quoted in figures & words both on thetotal amount of tender or any section/sub head of the tender.

3.The percentage quoted above/below is different in figures & words on the

total amount of tender or any section/sub head of the tender.

Tenders, which propose any alteration in the work specified in the said formof invitation to tender, or in the time allowed for carrying out the work, or

which contain any other conditions of any sort including conditional rebates,will be summarily rejected. No single tender shall include more than one

work, but contractors who wish to tender for two or more works shall submit

separate tender for each. Tender shall have the name and number of theworks to which they refer, written on the envelopes.

4 B. In case the lowest tendered amount (estimated cost + amount worked on the

basis of percentage above/below) of two or more contractors is same, suchlowest contractors will be asked to submit sealed revised offer in the form of

letter mentioned percentage above/below on estimated cost of tender

including all sub heads s the case may be, but the revised percentagequoted above/below on tendered cost on each sub section/sub head should

not be higher than the percentage quoted at the time of submission oftender. The lowest tender shall be decided on the basis of revised offers.

In case any of such contractor refuses to submit revised offer, then it shall be

treated as withdrawal of his tender before acceptance and 50% of earnest

money shall be forfeited.If the revised tendered amount of two more contractors received in revised

offer is again found to be equal, the lowest tender, among such contractors,

shall be decided by draw of lots in the presence of SE of the circle, EE(s) in-charge of major & minor component(s) (also DDH in case Horticulture work

is also included in the tender), EE(P) or EE(HQ) of the circle & the lowest

contractors those have quoted equal amount of their tenders.In case all the lowest contractors those have quoted same tendered amount,

refuse to submit revised offers, then tenders are to be recalled after forfeiting

50% of EMD of each contractor.

5. The officer inviting tender or his duly authorized assistant will open tenders

in the presence of any intending contractors who may be present at the time,and will enter the amounts of the several tenders in a comparative statement

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

12

in a suitable form. In the event of a tender being accepted, a receipt for the

earnest money shall thereupon be given to the contractor who shall

thereupon for the purpose of identification sign copies of the specifications

and other documents mentioned in Rule-I.

6. The officer inviting tenders shall have the right of rejecting all or any of the

tenders and will not be bound to accept the lowest or any other tender.

7. The receipt of an accountant or clerk for any money paid by the contractor

will not be considered as any acknowledgment or payment to the officerinviting tender and the contractor shall be responsible for seeing that he

procures a receipt signed by the officer inviting tender or a duly authorized

Cashier.

8. The memorandum of work tendered for and the schedule of materials to be

supplied by the department and their issue-rates, shall be filled and

completed in the office of the officer inviting tender before the tender form is

issued. If a form is issued to an intending bidder without having been so filledin and incomplete, he shall request the officer to have this done before hecompletes and delivers his tender.

9. The bidders shall sign a declaration under the officials Secret Act 1923, for

maintaining secrecy of the tender documents drawings or other records

connected with the work given to them. The unsuccessful bidders shall

return all the drawings given to them.

9A Use of correcting fluid, anywhere in tender document is not permitted. Such

tender is liable for rejection.

Applicable for 10 In the case of Item Rate Tenders, only rates quoted shall be considered. AnyItem Rate Tender tender containing percentage below/above the rates quoted is liable to be

only (CPWD – 8) rejected. Rates quoted by the contractor in item rate tender in figures and

words shall be accurately filled in so that there is no discrepancy in the rateswritten in figures and words. However, if a discrepancy is found, the rates

which correspond with the amount worked out by the contractor shall unlessotherwise proved be taken as correct. If the amount of an item is not worked

out by the contractor or it does not correspond with the rates written either in

figures or in words, then the rates quoted by the contractor in words shall betaken as correct. Where the rates quoted by the contractor in figures and in

words tally, but the amount is not worked out correctly, the rates quoted bythe contractor will unless otherwise proved be taken as correct and not the

amount. In event no rate has been quoted for any item(s), leaving spaceboth in figure(s), word(s), and amount blank, it will be presumed that the

contractor has included the cost of this/these item(s) in other items and rate

for such item(s) will be considered as zero and work will be required to beexecuted accordingly.

However, if a tender quotes nil rates against each item in item rate tender,

the tender shall be treated as invalid and will not be considered as lowest

tenderer.

Applicable for 10A In case of Percentage Rate Tenders only percentage quoted shall be

Percentage Rate considered. Any tender containing item rates is liable to be rejected.Tender only Percentage quoted by the contractor in percentage rate tender shall be(CPWD-7) accurately filled in figures and words, so that there is no discrepancy.

11 In the case of any tender where unit rate of any item/items appear

unrealistic, such tender will be considered as unbalanced and in case the

bidder is unable to provide satisfactory explanation, such a tender is liable tobe disqualified and rejected.

Applicable for 12 All rates shall be quoted on the tender form. The amount for each itemItem Rate Tender should be worked out and requisite totals given. Special care should beonly (CPWD - 8) taken to write the rates in figures as well as in words and the amount in

figures only, in such a way that interpolation is not possible. The total

amount should be written both in figures and in words. In case of figures, the

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

13

word ’Rs.’ Should be written before the figure of rupees and words ‘P’ afterthe decimal figures, e.g. ‘Rs.’ 2.15 P’ and in case of words, ‘Rupees’ should

precede and thee the word ‘Paise’ should be written at the end. Unless the

rate is in whole rupees and followed by the word ‘only’ it should invariably beupto two decimal places. While quoting the rate in schedule of quantities, the

word ‘only’ should be written closely following the amount and it should not

be written in the next line.Applicable for 12 A In Percentage Rate Tender, the tenderer shall quote percentagePercentage Rate below/above (in figures as well as in words) at which he will be willing to

Tender only execute the work. He shall also work out the total amount of his offer and the

(CPWD - 7) same should be written in figures as well as in words in such a way that no

interpolation is possible. In case of figures, the word ‘Rs.’ Should be written

before the figure of rupees and word ‘P’ after the decimal figures, e.g.

‘Rs.2.15P and in case of words, the word ‘Rupees’ should precede and theword ‘Paise’ should be written at the end.

13 (i) The Contractor, whose tender is accepted, will be required to furnish

performance guarantee of 5% (Five Percent) of the tendered amount within

the period specified in Schedule F. This guarantee shall be in the form ofcash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call

receipt of any scheduled bank/Banker’s cheque of any scheduled

bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank(in case guarantee amount is less than Rs. 1,00,000/-) or Government

Securities or Fixed Deposit Receipts or Guarantee Bonds of any ScheduledBank or the State Bank of India in accordance with the prescribed form.

(ii) The contractor whose tender is accepted will also be required to furnish

by way of Security Deposit for the fulfillment of his contract, an amount equalto 2.5% of the tendered value of the work. The Security deposit will be

collected by deductions from the running bills of the contractor at the ratesmentioned above. The Security amount will also be accepted in cash or in

the shape of Government Securities. Fixed Deposit Receipt of a Scheduled

Bank or State Bank of India will also be accepted for this purpose providedconfirmatory advice is enclosed.

14 On acceptance of the tender, the name of the accredited representative(s) of

the contractor who would be responsible for taking instructions from theEngineer-in-Charge shall be communicated in writing to the Engineer-in-

Charge.

15 GSTor any other tax applicable in respect inputs procured by the contractor

for this contract shall be payable by the Contractor and Government will notentertain any claim whatsoever in respect of the same. However, component

of GST at time of supply of service (as provided in CGST Act ,2017)provided by the contractor shall be varied if different from that applicable on

the last date of receipt of tender including extension, if any.

16 The contractor shall give a list of both gazetted and non-gazetted C.P.W.D.

employees related to him.

17 The tender for the work shall not be witnessed by a contractor or contractors

who himself/ themselves has/have tendered or who may and has/havetendered for the same work. Failure to observe this condition would render,

tenders of the contractors tendering, as well as witnessing the tender, liable

to summary rejection.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

14

18 The tender for composite work includes, in addition to building work, all other

works such as sanitary and water supply installations, drainage installation,

electrical work, horticulture work, roads and paths etc. The bidder, apart from

being a registered contractor (B&R) of appropriate class, must associatehimself with agencies of appropriate class which are eligible to tender for

sanitary and water supply drainage, electrical and horticulture works in the

composite tender.

19 The contractor shall submit list of works which are in hand (progress) in the

following form:-

Name of Work Name and particulars of Value of work Position of Remarks

Division where work is being work in

executed progress

1 2 3 4 5

20 The contractor shall comply with the provisions of the Apprentices Act 1961,

and the rules and orders issued there under from time to time. If he fails to

do so, his failure will be a breach of the contract and the SuperintendingEngineer / Executive Engineer may in his discretion, without prejudice to any

other right or remedy available in law, cancel the contract. The contractor

shall also be liable for any pecuniary liability arising on account of any

violation by him of the provisions of the said Act.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

15

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BIDDOCUMENTS AND TO BE POSTED ON WEBSITE

(Applicable for inviting open bids)

The Executive Engineer, Meghalaya Central Division, CPWD, Shillong( Meghalaya) on behalf of President of Indiainvites online Percentage Rate Bids from approved and eligible contractors of CPWD (composite)of appropriatecategoryfor the following work(s):

1.The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bidif he considers himself eligible and he is in possession of all the documents required.

2. Information and instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various types ofitems to be executed and the set of terms and conditions of the contract to be complied with and

other necessary documents can be seen and downloadedfrom website www.tenderwizard.com/CPWDor www.cpwd.gov.infree of cost.

4. But the bid can only be submitted after deposition of original EMD either in the office of ExecutiveEngineer inviting bids or Division office of any Executive Engineer CPWD within the period of bidsubmission and uploading the mandatory scanned documents such as demand draft or pay order orBanker’s cheque or deposit at call receipt or fixed deposit receipt and bank guarantee of anyscheduled bank towards EMD in favour of Executive Engineer as mentioned in NIT, receipt fordeposition of original EMD todivision office of any Executive Engineer(including NIT issuingEE/AE),CPWD and other documents as specified.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

16

5. Those contractors not registered on the website mentioned above, are required to get registeredbeforehand. If needed they can be imparted training on online bidding process as per detailsavailable on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is left blank, the same shall be treated as “0”.

Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be

treated as “0” (Zero)

However, of a tenderer quotes nil rates against each item in the item rate tender or does not quoteany percentage above/below on the total amount of the tender or any section/sub head in percentagerate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

10. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.

List of Documents to be scanned and uploaded within the period of bid submission:

I. Treasury Challan/Demand Draft/Pay Order or Banker’s Cheque/Deposit at Call Receipt/FDR/Bank

II. Enlistment Order of the Contractor.

III. Certificate of registration for GST and acknowledgement of up to date filed return, as due on the date

of publishing of the NIT on the website by the Executive Engineer. If the bidder has not

obtained GST registration in the state in which the work is to be taken up, then in such a case the

bidder shall upload following undertaking with the bid document “ if work is award to me , I/we shall

obtain GST registration certificate within one month from date of receipt of award letter or before

payment of 1st

R.A.bill”.

IV. Copy of receipt for deposition of original EMD issued from division office of any executive engineer,

(including NIT issuing EE/AE) CPWD.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

17

CPWD-7

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE Assam CIRCLE : SCC

BRANCH B & R DIVISION : Meghalaya Central Division

ZONE: NEZ-I

Percentage Rate Tender& Contract for Works

Tender for the work of-Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:-C/ooffice building( G+3), Hostel Building (G+3) i/c internal water supply, sanitaryinstallation, retaining wall, underground sump , Tube well , allied civildevelopment works , internal EI and fans, First aid hose Reel, Lift , DG set ,street lighting and electrical service connection.)

.

To be submitted/uploaded by 15.00 hours on Date 17.12.2018 toExecutive Engineer, Meghalaya Central Division,CPWD, Shillong( Meghalaya)upload at www.tenderwizard.com/cpwd.

(i) To be opened in the presence of tenderers who may be present at 15.30hours on date 17.12.2018 in the office of Executive Engineer, Meghalaya Central Division, CPWD, Shillong ( Meghalaya)

(ii) Last date and time of submission of copy of registration certificate, receipt of deposition of earnestmoney deposit and other documents as specified- within a week of opening of bids( for the lowest bidderonly) in the office of the Executive Engineer, Meghalaya Central Division, CPWD,Shillong ( Meghalaya)(iii) Issued to : ………………………………………………………………..*

Signature of officer issuing the documents ……………………………….*

Designation ………………………………………………………………..*

Date of Issue : ……………………………………………………………..*

* Note Applicable for e-tendering

** To be filled in by EE

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong)

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

18

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable,Drawings & Designs, General Rules and Directions, Conditions of contract, clauses of contract, Special conditions,Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents inthe bid document for the work.

I / We hereby tender for the execution of the work specified for the President of India within the time specified inSchedule ‘F’ viz., schedule of quantities and in accordance in all respects with the specifications, designs,drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause-11 of theConditions of contract and with such materials as are provided for, by, and in respects in accordance with, suchconditions so far as applicable.

I/We agree to keep the tender open for Forty Five(45) days from the date of opening bidand not to make anymodifications in its terms and conditions.

A sum is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank / fixeddeposit receipt of a scheduled bank/demand draft of a scheduled bank / bank guarantee issued by a scheduledbank as earnest money. If I/We fail to furnish the prescribed performance guarantee within prescribed period, I/Weagree that the said President of India or his successors in office shall without prejudice to any other right orremedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work asspecified, I/We agree that President of India or his successors in office shall without prejudice to any other right orremedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said performanceguarantee shall be aguarantee to execute all the works referred to in the tender documents upon the terms andconditions contained or referred to those in excess of that limit at the rates to be determined in accordance with theprovision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or Performance Guarantee as aforesaid, I/We shallbe debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through anothercontractor on back to back basis. Further that, if such a violation comes to notice of department, then I shall bedebarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of the departmentbefore date of start of work, the Engineer-in-Charge shall be free to forfeit the entire Earnest MoneyDeposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with thework as secret/confidential documents and shall not communicate information/derived there from to any personother than a person to whom I/We am/are authorized to communicate the same or use the information in anymanner prejudicial to the safety of the State.

Dated, ……………. . Signature of Contractor

Witness

Postal Address

Address:

Occupation:

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

19

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs…………………………

(Rupees……………………………..……………………………………………..……………)

The letters referred to below shall form part of this contract Agreement: -

*

*

*

For & on behalf of the President of India.

Signature ……………….

Dated: Designation…………….

* To be filled in by EE

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

20

SCHEDULES (FOR MAJORCOMPONENT)

SCHEDULE ‘A’

Schedule of quantities of Part B( Major component) from Page No-123-152

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

Sl Description of item Quantity Rates in figures & words of Place of issue

. Which the material will be

N Charged to the contractoro.

2 3 4 5

1.

--------------------------------------------------- Nil----------------------------------------------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor.

Sl. No. Description Hire charges per day Place of issue

1. 2. 3. 4.

…………………………………………………..NIL…………………………………………………

SCHEDULE ‘D’

Extra schedule for specific requirements/ documents for the work, if any : General Conditions, Additional Specifications anddocuments

for the workattached herewith videPart B from page No.106-120

SCHEDULE ‘E’

Reference to General Condition of contract : General Conditions of Contract 2014 amended/modified up to the last date of submission of bid

Name of work: Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o officebuilding( G+3), Hostel Building (G+3) i/c internal water supply, sanitaryinstallation, retaining wall, underground sump , Tube well , allied civildevelopment works , internal EI and fans, First aid hose Reel, Lift , DG set ,street lighting and electrical service connection.).

1) Performance Guarantee =5 % of tendered value.

2) Security Deposit = 2.5 % of tendered value.

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS:

Officer Inviting Tender :Executive Engineer, Meghalaya Central Division, CPWD, Shillong( Meghalaya)

Maximum percentage for quantity of items of work to be: See below

executed beyond which rates are to be determined in

accordance with clauses 12.2 & 12.3

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

21

Definitions:

2 (v)Engineer-in-Charge Executive Engineer, Meghalaya Central Division,

CPWD, Shillong ( Meghalaya)

2(viii)Accepting Authority :Chief Engineer, NEZ-I, CPWD , Shillong

2(x) Percentage on cost of materials and

labour to cover all overheads and profits. : 15%

2(xi) Standard Schedule of Rates :DSR’2016 with upto date

correction slip.

2(xii) Department : Central Public Works Department

9(ii) Standard CPWD contract Form :GCC’2014, C.P.W.D. –7 as modified and upto date correction

Slipand corrected upto date ofsubmissionof bid.

Clause 1

(i)Time allowed for submission of Performance Guarantee,Programme Chart (Time and Progress) andapplicablelabourlicence, registration with EPFO,ESIC and BOCW Welfare Board or proof of applying thereoffrom thedate of issue of letter of acceptance

: 15 days

(ii) Maximum allowable extension with late fee @ 0.10% :7 days per day of Performance Guarantee amount beyondthe period provided in (i) above

Clause 2

Authority for fixing compensation under clause 2 : : Superintending Engineer, SCC CPWD,Shillong

,

Clause 2A

Whether clause 2 A shall be applicable :No

Clause 5

Number of days from the date of issue of letter :22 days

of acceptance of work for reckoning date of start

Schedule of handing over of site

Time Period for handing over reckoned from

Part Portion of Site Description date of issue of letter of intent

Part Portion without any

From stipulated date of startA hindrance 60% of total

site

Part Portions with30 days from stipulated date of startB encumbrances 40%

Part Portions dependent onNil

C work of other agencies Nil

Schedule of issue of Designs

Time period for issue of

design reckoned from

Part Portion of Design Description date of receipt of

tenders

Part A Portion already included in NIT Nil N/A

Part B-1 Portion of ArchitecturalAvailable From stipulated date ofDesigns to be issued

start

Part B-2 Portions of Civil Designs to be Foundation drawing 15 days from stipulated

issued date of start

Part B-3 Portions of E&M Designs to be Not Applicable Not Applicable

issued

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

22

Clause 5.1

Mile stone(s) as per table given below:-

Sl. Description of Mile stone(s) (Physical) Time allowed Amount to be withheld inN (From date of case of non-achievement

o start) of mile stone(s).

1. Approval of design mix.Installation of batch mix plan. 30days 0.5 % of tender amount

Set up of laboratory with minimum equipment for

material testing at site.C/o site office &labour huts.

Development of plot by cutting of earth upto proposed

finished ground level for the building.Submission of credentials of proposed associates for

minor components.Obtaining trade licence, labourlicence& other statutory

licence ..

2. All work up to plinth level( Floor level-1)120 days 0.5% of tender amount

3 RCC work up to Ground floor roof slab.( Floor Level -2) 150 days 0.5% of Tender Amount

4 RCC work up to First floor roof slab ( Floor level-3)., 180 days 0.5% of Tender Amount

completion of Ground floor brick works

5 RCC work up to Second floor roof slab ( Floor level-4)., 210 days 0.5% of Tender Amount

completion of Fist Floor brick works & Fixing of door

frames at ground floor with electrical internal conduiting

works.

6 RCC work up to Third floor roof slab ( Floor level-5)., 240 days 0.5% of Tender Amountcompletion of Second Floor brick works & Fixing of

door frames at First floor with electricalinternal

conduiting works.

7 Completion of all RCC works and Completion of brick 270 days 0.5% of Tender Amount

work with complete fixing of door frame and all internal

electrical conduiting works.

8 Completion of Flooring, internal plastering, Placing of 300 days 0.5% of Tender Amount

overhead tanks, etc.

9 External plastering,plumbing, completion of electrical 330 days 0.5% of Tender Amountwiring i/c installation of switch board.

10 Internal and external finishing all development works,all 12 months 0.5% of Tender Amount

electricalworki/ctestingofallelectricalequipments,leveling, dressing and site clearance i/c

handing over to the client ,, complete in all respect.

Time allowed for execution of work. :12(Twelve)months.

Authority to decide:

(i) Extension of time for completion of work

(ii) Rescheduling of mile stones

(iii) Shifting of date of start in case of delay in

:Superintending Engineer, SCC

CPWD,Shillong :Superintending Engineer,

SCC CPWD, Shillong :Superintending

Engineer, SCC CPWD, ShillongClause 5.2

Nature of Hindrance Register ( Either Physical or Electronic) : PhysicalClause 5.4

Schedule of rate of Recovery for delay in submission

of the modified programme in terms ofdelay days : Rs 2500.Clause 6, 6A

Clause applicable-(6 or 6A) Clause 6A

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

23

Clause 7

Gross work to be done together with net payment/adjustment

of advances for material collected, if any, since the last such

payment for being eligible for interim payment.

Clause 7A

Whether Clause 7A shall be applicable :

Clause 8B

Completion Plans to be submitted by the Contractor :

Rs. 90.00 Lakhs or as mutually

agreed by both parties.

Yes

Rs25000/-

Clause 10A

List of testing equipment’s to be provided by the contractor at site lab. :

i. Balances- Weighing balance with required brass and iron weight.ii. Brass and metal sieve of required size for testingofcoarse and fine aggregate.

iii. Equipment for slump test – Slump Cone, Steel Plate, Tamping Rod, Steel Scale and Scoop.iv. Graduated measuring cylinders 200ml and 1000ml capacity.

v. Enamel trays (for efflorescence test for bricks and other tests).

vi. ISI marked 150 x 150 x 150 mm concrete cube moulds as per site requirement.vii. Oven

The contractor shall have the following field testing instruments for checking of quality of work at field by him and by the officers of the department –

i. Compression testing machine for cubes/ bricks.ii. Steel tapes – 3 metre / 10 metre.iii. Vernier Calipers (one number – digital).

iv. Screw gauge (one number – digital).

v. Good quality plum bobs.

vi. Sprit levels minimum 30cms long with 3 bubbles for horizontal / vertical level.vii. Wire gauge (circular type) disc.

viii. Long nylon thread.ix. Magnifying glass.

x. Screw driver 30cms long.

xi. Hammer – 100gms.xii. Theodolite / Leveling instruments / kits.

Clause 10-B (ii)

Whether clause 10-B (ii) shall be applicable : NoClause 10 C

Component of labour expressed as percentage of value of work : 25%

Clause 10 CA

Clause 10 CA materials Nearest material(other than Base Price of all the materials

Covered under this clause cement, reinforcement bars and covered under Clause 10 CA.structural steel) for which All India These rates are for the month

Wholesale Price Index is to be ofOct, 2018. The rates taken

followed are ex-stock yard Guwahati

Assam (excludingGST)

1. Cement (OPC grade 43) Not Applicable Rs 5734 /-per MT

2. Reinforcement barsNot Applicable

Rs. 45,500/-per MT(grade Fe 500 D)

3.Structural steel Not Applicable Rs. 47,950/- per MT

• Also, includes Cement component used in RMC brought at site from outside approved RMC Plants, if any.

Clause: 10 CC

Clause 10CC to be applicable in contracts with : Not Applicable

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

24

stipulated period of completion exceeding the

period shown in next column 12 (Twelve) months.Schedule of component of other materials, Labour, POLetc for price escalation.(i) Competent of Civil (except materials, covered under clause 10CA)

Construction of materials – expressed as percent of total value of Work. “40 %

(ii) Competent of labour – expressed as percent of total value of Work 25%-

(iii) Competent of P.O.L. – expressed as percent of total value of Work “Nil

Clause 11

Specifications to be followed for execution of work: CPWD specifications 2009 Volume I andII,modified / corrected upto last date ofsubmission of bid and general conditions andadditional specifications as attached in Part Bof the NIT up to last date of submission of bid

Clause 12

Type of Work : Project and Original WorkMaximum percentage for quantity of items of work to be executed beyond

which rates are to be determined in accordance with Clauses 12.2 & 12.3. See below

Clause 12.2 and 12.3

Deviation limit beyond which clause 12.2 & : 30%( Thirty percent)

12.3 shall apply for building work.Clause 12.5

(i) Deviation limit beyondwhich clause 12.2 &

12.3 shall applyfor foundation work(except earth work sub-head in DSR and related items). : 30%

(ii)Deviation limit for items in earth work sub head

of DSR and related items : 100%Clause 16

Competent Authority for deciding educed rates: Superintending Engineer, SCC CPWD, Shillong case total value of such items exceeds 5 % prior approval of Chief Engineer, NEZ-I, CPWD Shillong would be necessary

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

I Concrete weighing batching plant of capacity 10 cum / hr. 1 no.

II Concrete mixer of full bag cement capacity with hopper 1nos.

III Needle vibrator 3 nos.

IV Grinder, Drilling machine etc 1 no.V Water Pump Set 2 nos.

Clause 19

The contractor shall obtain a valid licence under the Contract Labour (R&A) Act, 1970 and the Contract Labour(Regulation and Abolition) Central Rules, 1971 before the commencement of the work, and continue to have avalid licence until the completion of the work.

The Contractor shall also comply with provisions of the Inter – State Migrant Workmen (Regulation of

Employment and Conditions of Service) Act, 1979.

Clause: 25 - Constitution of Dispute Redressal Committee:

A) For total claims more than Rs. 25.0 Lakh:

1. Chairman : CE,NEZ-II

2. Member : Director (Works cum TLQA)(ER-II)

3. Member : SE, GCEC

The SE, In charge of the Work shall present the case before DRC but shall not have any part in decision

making.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

25

B) For total claims up to Rs. 25.0 Lakh:

1. Chairman : Director (Works Cum TLQA)(ER-II)

2 Member : EE, NEPA

3. Member : EE ,MgCED

TheEE, In charge of theWork shall present the case before DRC but shall not have any part in decision

making.

At present SE & CEs are having more than one charges. CE may select an independent SE level official, of the

same is holding additional charge of Director (Works-cum-TLQA/independent Superintending Engineer. However,

if the CE happens to be holding additional charge, may obtain approval from the office of ADG(ER-II) for selecting

the alternative Chief Engineer to decide the case.

Clause 36 (i):

Requirement of Technical Representative (s) & recovery Rate

S. Requirements of Technical staff Minimum Designation of Rate at whichNo experience Technical staff recovery shallQualification Discipline Number(o

(Years) be made fromf Major+the contractor inMinorthe event of notcomponefulfillingnt)provisions of

clause 36(i)

1 Graduate Civil 1 10( and Project Rs.30,000/- per

Engineer having manager month

experienceof one

similar

nature of

work)

2 Graduate Civil 1 5 or 10 Project /Site Rs.25,000/- per

Engineer or respectively Engineer month perDiploma Engineer person.

3 Graduate Civil + 1+1 2 or 5 Project Rs.15,000/- per

Engineer or Electrical respectively planning/Qualit month perDiploma Engineer y /billing person.

Engineer

Assistant Engineers retired from Government services that are holding Diploma will be treated at par withGraduate Engineers.

Diploma Engineer with minimum 10 year relevant experience with a reputed construction co. can be treated at parwith graduate engineers for the purpose of such deployment subject to the condition that such diploma holdersshould not exceed 50% of requirement of degree engineers.Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2014 of CPWDcorrecteduptolast date of submission of bid.

(ii) Variations permissible on theoretical quantities.

(a)

b)

Cement for works with estimated cost put

to tender more than Rs. 5 lakh. 2% plus / minus

Bitumen for all work 2.5% plus only & Nil on minus side

c) Steel reinforcement and structural steel

sections for each diameter, section and category.

d) All other materials.

2%

Nil

plus/minus

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

26

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S..No. Description of Item Rates in figures and words at which recovery shall be made

from the contractor.

Excess beyond Less use beyond the permissible

permissible variation variation.

1. Cement N/A

2. Steel Reinforcement N/A

3. Structural Sections N/A Not Permitted

4. Water-Proofing Materials N/A

5. Bitumen all grade N/A

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

27

FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called "the Government") having offered to accept

the terms and conditions of the proposed agreement between………………………………………and…...…..…………………………….. (herein after called "the said contractor(s)") for the work:

Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o officebuilding( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation,retaining wall, underground sump , Tube well , allied civil development works , internalEI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical serviceconnection.)

(herein after called "the said agreement') having agreed, to production of an irrevocable Bank Guaranteefor Rs……………….. (Rupees………………………………………..only) as a security/

guarantee from the contractor(s) for compliance of his obligations in accordance with the terms andconditions in the said agreement.We ………………………………………………(hereinafter referred to as "as Bank") hereby

(indicate the name of Bank)

undertake to pay to the Government an amount not exceeding Rs…………….

(Rupees…………………………………….only) on demand by the Government.

2. We …………………………………………………………………………..do hereby(indicate the name of Bank)

undertake to pay the amounts due and payable under this Guarantee without any demure, merely on ademand from the Government stating that the amount claimed is required to meet the recoveries due orlikely to be due from the said contractor (s). Any such demand made on the Bank shall be conclusive asregards the amount due and payable by the bank under this Guarantee. However, our liability underthis guarantee shall be restricted to an amount not exceedingRs.…………………(Rupees……………………………………………only)

3. We, the said bank further undertake to pay the Government any money so demand notwithstanding anydispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court orTribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s) shall have no claim against us for making such payment.

4. We ……………………………………………………………….further agree that

(indicate the name of the Bank)

the guarantee herein contained shall remain in full force and effect during the period that would be takenfor the performance of the said agreement and that it shall continue to be enforceable till all the dues ofthe Government under or by virtue of the said Agreement have been fully paid and its claim satisfied ordischarged or till Engineer-in-Charge on behalf of the Government certifies that the terms and conditionsof the said Agreement have been fully and properly carried out by the said contractor(s) accordinglydischarges this guarantee.

5. We…………………………………………………………………. further agree with

(indicate the name of Bank)

the Government that the Government shall have the fullest liberty without our consent and withoutaffecting in any manner our obligations hereunder to vary any of the terms and conditions of the saidAgreement or to extend time of performance by the said contractor(s) from time to time or to postpone forany time or from time to time any of the powers exercisable by the Government against the saidcontractor(s) and to forebear or enforce any of the terms and conditions relating to the said agreementand we shall not be relieved from our liability by reason of any such variation, or extension being grantedto the said contractor(s) or for any forbearance, act of omission on the part of the Government or anyindulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever whichunder the law relating to sureties would, but for this provision, have effect of so relieving us.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

28

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We ………………………………………………………………lastly undertake

(indicate the name of bank)

not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto………………………………………………..unless extended on demandby Government. Notwithstanding anything mentioned above, our liability against thisGuaranteeisrestrictedtoRs.

……………………(Rupees………………………………………………………only) and unless a claim inwriting is lodged with us within six months of the date of expiry or the extended date of expiry of thisguarantee, all our liabilities under this guarantee, shall stand discharged.

Dated, the …………Day of…..………………. .

For………………………………………………

(indicate the name of the Bank)

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

29

Form of Earnest Money Deposit

Bank Guarantee Bond

WHEREAS, contractor .................. (Name of contractor) (hereinafter called "the contractor") has submitted his

bid dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called

"the Tender")

KNOW ALL PEOPLE by these presents that we ........................................ (name of bank) having our registered

office at ................................... (hereinafter called "the Bank") are bound unto ...................................................

(Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum ofRs. ......................... (Rs. in words .................................................) for which payment well and truly to be made tothe said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this .................day of ................. 20... .

THE CONDITIONS of this obligation are:

(1) If after bid opening the Contractor withdraws, his tender during the period of validity of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:

(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required;

OR

(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and Instructions to contractor,

OR

(c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor,

OR

(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security Deposit after award of contract.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of hisfirst written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in hisdemand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence ofone or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ......*....... after the deadline for submission of

bid as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge,notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reachthe Bank not later than the above date.

DATE ............. SIGNATURE OF THE BANK

WITNESS .................. SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 90 days or more from last date of receipt of tender.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

30

INTEGRITY PACT

To,

Intending Bidders,

………………………..,………………………..

Sub: NIT No.:49/NIT/MGCD/SH/2018-19 for the work: Construction of Regional Labour Institute

at Shillong, Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works , internal EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical service connection.)

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity andcompetitiveness in public procurement.

The subject Notice Inviting Bid is an invitation to offer made on the condition that the Bidder will sign theIntegrity Agreement, which is an integral part of tender/bid documents, failing which the bidder will standdisqualified from the biding process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall bedeemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong

** To be filled in by EE

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

31

INTEGRITY PACT

To,

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong

Sub: Submission of tender / Bid for the work Construction of Regional Labour Institute

at Shillong, Meghalaya.(S.H.:- C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works , internal EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical service connection.)

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the IntegrityAgreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Bid is an invitation to offer made on the condition that I/We will sign theenclosed integrity Agreement, which is an integral part of tender/bid documents, failing which I/We will standdisqualified from the biding process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDEDAS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agreethat execution of the said Integrity Agreement shall be separate and distinct from the main contract, which willcome into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration ofthe Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, whilesubmitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the

tenderer/bidder and reject the bid/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

32

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf ofCPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of .................. 2014.

BETWEEN

President of India represented through Executive Engineer, Meghalaya Central Division, CPWD, Shillong(Meghalaya) ereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to the meaning orcontext hereof include its successors and permitted assigns)

AND

......................................................................................................................................................

(Name and Address of the Individual/firm/Company)

through ........................................................................................(Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include itssuccessors and permitted assigns)

PreambleWHEREAS the Principal / Owner has floated the Tender (NIT No.:49/NIT/MGCD/SH/2018-19) (hereinafterreferred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract :

Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:- C/o office building ( G+3), Hostel Building (G+3) i/cinternal water supply, sanitary installation, retaining wall, underground sump , Tubewell , allied civil development works , internal EI and fans, First aid hose Reel, Lift ,DG set , street lighting and electrical service connection.)

,.hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read asintegral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree asfollows and this Pact witnesses as under:Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will inconnection with the Tender, or the execution of the Contract, demand, take a promise for oraccept, for self or third person, any material orimmaterial benefit which the person is not legallyentitled to.

* To be filled in by EE

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.The Principal/Owner will, in particular, before and during the Tender process, provide to allBidder(s) the same information and will not provide to any Bidder(s) confidential / additionalinformation through which the Bidder(s) could obtain an advantage in relation to the Tenderprocess or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminaloffence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

33

of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Ownerwill inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internallaid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents)

adhere to the highest ethical standards, and report to the Government / Department all suspected acts offraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during thetendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. Hecommits himself to observe the following principles during his participation in the Tender process andduring the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise orgive to any of the Principal/Owner’s employees involved in the Tender process or execution of theContract or to any third person any material or

other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantageof any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement orunderstanding, whether formal or informal. This applies in particular to prices, specifications,certifications, subsidiary contracts, submission or non-submission of bids or any other actions torestrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Furtherthe Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain),or pass on to others, any information or documents provided by the Principal/Owner as part of thebusiness relationship, regarding plans, technical proposals and business details, includinginformation contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses ofagents/representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of Indian Nationality shalldisclose names and addresses of foreign agents/representatives, if any. Either the Indian agenton behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shallnot be allowed to quote on behalf of another manufacturer along with the first manufacturer in asubsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as perproforma enclosed) any and all payments he has made, is committed to or intends to make toagents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge infraudulent practice means a willful misrepresentation or omission of facts or submission of

fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of

obtaining unjust advantage by or causing damage to justified interest of others and/or toinfluence the

procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use CoercivePractices (means the act of obtaining something, compelling an action or influencing a decisionthrough intimidation, threat or the use of force directly or indirectly, where potential or actual

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

34

injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or theContract or its established policies and laid down procedures, the Principal/Owner shall have thefollowing rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and theBidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absoluteright:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committeda transgression through a violation of Article 2 above or in any other form, such as to put hisreliability or credibility in question, the Principal/ Owner after giving 14 days’ notice to thecontractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process orterminate/determine the Contract, if already executed or exclude the Bidder/Contractor from futurecontract award processes. The imposition and duration of the exclusion will be determined by theseverity of transgression and determined by the Principal/Owner. Such exclusion may be forever or

for a limited period as decided by the

Principal/Owner.

2) For feature ofEMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Bidder(s) from the Tender process prior to the award of the Contract orterminated/determined the Contract or has accrued the right to terminate/determine the Contractaccording to Article 3(1), the Principal/Owner apart from exercising any legal rights that may haveaccrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of EarnestMoney Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,or of an employee or a representative or an associate of a Bidder or Contractor which constitutescorruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if thePrincipal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the sameto law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any otherCompany in any country confirming to the anticorruption approach or with Central Government orState Government or any other Central/State Public Sector Enterprises in India that could justifyhis exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tenderprocess or action can be taken for banning of business dealings/ holiday listing of theBidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by himand has installed a suitable corruption prevention system, the Principal/Owner may, at its owndiscretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment inconformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s)of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between thePrincipal/Owner and the bidder, along with the Tender or violate its provisions at any stage of theTender process, from the Tender process.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

35

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months afterthe completion of work under the contract or till the continuation of defect liability period, whichever is more and forall other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse ofthis Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of theDivision of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all he partners or byone or more partner holding power of attorney signed by all partners and consortium members. Incase of a Company, the Pact must be signed by a representative duly authorized by boardresolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pactremains valid. In this case, the parties will strive to come to an agreement to their originalintensions.

5) It is agreed term and condition that any dispute or difference arising between the parties withregard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal inaccordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject toarbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belongingto such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternativeto such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pactwill have precedence over the Tender/ Contact documents with regard any of the provisions covered under thisIntegrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first abovementioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Dated :

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

36

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

37

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

38

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

39

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

40

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

41

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

42

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

43

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

44

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

45

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

46

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

47

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

48

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

49

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

50

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

51

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

52

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

53

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

54

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

55

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

56

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

57

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

58

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

59

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

60

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

61

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

62

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

63

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

64

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

65

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

66

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

67

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

68

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

69

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

70

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

71

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

72

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

73

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

74

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

75

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

76

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

77

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

78

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

79

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

80

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

81

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

82

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

83

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

84

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

85

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

86

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

87

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

88

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

89

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

90

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

91

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

92

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

93

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

94

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

95

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

96

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

97

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

98

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

99

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

100

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

101

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

102

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

103

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

104

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

105

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

106

GENERAL CONDITIONS

1. Unless otherwise provided in the Schedule of quantities the rates bidded by the contractor shall be all inclusiveand shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to himon this account. Payment for centring, shuttering, however if required to be done for floor to floor heightsgreater than 3.50 m. shall be admissible at rates arrived at in accordance with clause-12 of the agreement ifnot already specified.

2. The contractor shall make his own arrangements for obtaining electrical service connection if required and make necessary payments directly to the department concerned.

3. Other agencies doing works related with this project will also simultaneously execute the works and thecontractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes,

openings etc. for laying/burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps etc. as

may be required for other agencies. Conduits for electrical wiring/cables will be laid in a way that they leave

enough space for concreting and do not adversely affect the structural members. Nothing extra over the agreement

rates shall be paid for the same.

4. Some restrictions may be imposed by the client department on the working and for movement of labour,materials etc. the contractor shall be bound to follow all such restriction/ instructions and nothing extra shall bepayable on this account.

5. (a) The building work will be carried out in the manner complying in all respects with the requirements ofrelevant by laws of the local body under the jurisdiction of which the work is to be executed or as directed bythe Engineer-in-Charge and nothing extra will be paid on this account.

(b) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform tobye-laws and specifications of the Municipal Body/ Corporation where C.P.W.D. specifications are notavailable. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings)tested by the Municipal Body/ Corporation Authorities wherever required at his own cost.

(c) The contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable.

6. The contractor shall give a performance test of the entire installation(s) as per standing specifications beforethe work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

7. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed tohave been in built in the items and nothing extra shall be payable (or) extra cement considered in consumptionon this account.

8. Testing of materials:

(a) Samples of various materials required for testing shall be provided free of charge by the contractor.Testing charges, if any, shall be borne by the department. However in case samples fail in testing, thetesting charges if any shall be borne by the contractor. All other expenditure required to be incurred fortaking the samples; conveyance, packing etc. shall be borne by the contractor himself.

9. The structural and architectural drawings shall at all times be properly co-related before executing any work.However, in case of any discrepancy in the item given in the schedule of quantities appended with the bid andArchitectural drawings relating to the relevant item, the former shall prevail unless and otherwise given inwriting by the Engineer-in-Charge.

10. The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued bydepartment or procured by the contractor and nothing extra shall be payable to the contractor on theiraccounts.

11. The full nomenclature of items shall be adopted in preparing abstract of final bill in the measurement book andalso in the bill form for final bill.

12. The bidder shall abide by the rules and regulations under relevant State VAT, as amended from time to timeand deductions shall be made from the gross value of the work done from all bills as per the provisions ofabove stated Acts. Nothing extra on account of this deduction shall be paid.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

107

13. SPECIAL CONDITIONS FOR CEMENT.

13.1. The contractor shall procure 43 grade Ordinary Portland Cement (conforming to IS: 8112), as required inthe work, from reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja,Jaypee Cement, Century Cement & J.K. Cement, or from any other reputed cement manufacturer having aproduction capacity not less than one million tonnes per annum as approved by CE/NEZ-I, CPWD,Shillong.

The tenderers may also submit a list of names of cement manufacturers which they propose to use in thework. The tender accepting authority reserves right to accept or reject names (s) of cementmanufacturers(s) which the tenderer proposes to use in the work. No change in the tendered rates will beaccepted if the tender accepting authority does not accept the list of cement manufacturers, given by thetenderer, fully or partially.

13.2. Supply of cement shall be taken in 50 Kg bags bearing manufacturer’s name and ISI marking. Samples ofcement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordancewith provisions of relevant BIS Codes. In case test results indicate that the cement arranged by thecontractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removedfrom the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so.

13.3. The cement shall be brought at site to bulk supply of approximately 50 tonnes or as decided by theEngineer-in-Charge

13.4. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by thecontractor at site of work for which no extra payment shall be made. Double lock provision shall be made tothe door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or hisauthorized representative and the key of the other lock shall remain with the contractor. The contractor shallbe responsible for the watch & ward and safety of the cement godown. The contractor shall facilitate for theinspection of the cement godown by the Engineer-in-Charge at any time.

13.4. The contractor shall supply free of charge the cement required for testing, the cost of tests shall be borneby the contractor / Department in the manner indicated below.(i) By the contractor, if the results show that the cement does not conform to relevant BIS codes.

(ii) By the Department, if the results show that the cement conforms to relevant BIS codes.

13.5. The actual issue and consumption of cement on work shall be required and proper accounts maintained asprovided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as perprocedure prescribed in clause 42 of the contract or as per other condition/ specification of the biddocuments if otherwise applicable.

Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in-Charge.

14. CONDITIONS FOR STEEL

New Conditions for Steel vide OM No. DG/MAN/366 dated 14/03/2018

Special conditions for steel reinforcement bars:

The CPWD/ Contractor shall procure IS marked TMT bars of various grades from

1. The steel manufactures such as SAIL,TATA steel ltd.,RINL,Jindal steel & Power Ltd.and JSW steel Ltd.ortheir authorised dealers having valid BIS license for IS: 1786-2008 (Amendment 1-November 2012)

2. (a)The steel manufactures or their authorised dealers( as per following selection criteria) having valid BIS license for IS: 1786-2008 (Amendment 1-November 2012)

The Procured steel should have following qualities:-

i. Excellent ductility, bend ability and elongation of finished product due to possible refining technology.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

108

ii. Consumption of steel should be accurate as per design.iii. Steel should have no brittleness problem in finished product.

iv. Steel should carry the quality of corrosion and earthquake resistance.v. Quality steel with achievement of proper level of sulphur and phosphorus as per IS: 1786-2008.

(b) Selection Criteria of steel manufactures:

The supply of reinforcement steel for all CPWD works should have following selection criteria of steel manufactures:-

Steel producers of any capacity using iron ore/ processed iron ore as the basic rawmaterial adopting advanced refining technologies as given here under,i) DRI-EAF= Direct Reduced iron – Electric arc furnace.

ii) BF-BOF = Blast furnace- Basis oxygen furnace

iii) COREX-BOF = COREX- Basis oxygen furnace.

For production of liquid steel to finish product at single/ multiple locations with NABL or any othersimilarly placed accrediting Government body with operates in accordance with ISO/IEC17011and accredits labs as per ISO/IEC 17025 conforming to IS: 1786-2008 (Amendment-1 November2012). The check list for incorporation any quality steel producer is enclosed for technicalassessment is given in Annexure-I.

Chief Engineer,CSQ (Civil) unit, Directorate of CPWD shall approve the steel manufacturers.

(II)The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

(III)Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time on written orders from the Engineer-in-charge to do so.

(IV)The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the Engineer-in-charge.

(V)The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent theirdistortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shallbe stored separately to facilitate easy counting and checking.

(VI)For checking nominal mass, tensile strength, bend test re-bend test etc., specimens of sufficient length shall becut from each size of the bar at random, and at frequency not less than that specified below:

Size of bar For consignment below 100 For consignment above

tonnes 100 tonnes

Under 10 mm dia bars One sample for each 25 One sample for each 40

tonnes or part thereof tonnes or part there of

10 mm to 16 mm dia bars One sample for each 35 One sample for each 45

tonnes or part there of tonnes or part there of

Over 16 mm dia bars One sample for each 45 One sample for each 60

tonnes or part there of tonnes or part there of

(VII)The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of test of test shall be borne by the contractor.

(VIII)The actual issue and consumption of steel on work shall be regulated and proper accounts maintained asprovided in clause 10 of the contractor. The theoretical consumption of steel shall be worked out as per procedureprescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption isless than theoretical consumption including permissible variations recovery at the rate so prescribed shall bemade. In case of excess consumption no adjustment need to be made.

(IX)The steel brought to site and the steel remaining unused shall not be removed from site without the writtenpermission of the Engineer-in-charge.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

109

Annexure-I

Special conditions for steel

S.No Item Check point Remarks

a.Factory address and Registration no.

b.Certificate of manufacturing process

c.Refining process of steel Producer

Steel Producer c.1 BF-BOF route

1. having c.2 Corex-BOF route

manufacturing c.3 DRI-EAF routefacilities at Plant With documentary evidence either for BOF or EAF

d. Steel plant having infrastructure for producing

sponge iron,billete and TMT bars.

e. Production and Quality Flow Chart

f. Plant evaluation and Process verification

g.List of Plant and Machinery

2. Established Document verification for:

a.Govt./PSU Approvals

b.Supply orders of TMT Re-bars in

Govt,Projects(Minimum-5 years)

c.Verification of direct supply ordersto any State/Central

Govt.Department directly.

d.User Certificate issued by any Govt.Department

directly.

3. Indigenous Documentary evidence like;

a.Certificate of Incorporation

b.Memorandum of Articles of Association

c.Credit rating of the ccompany from

CARE/CRISIL/ICRA should not be C/D grade(minimumlast 3 year)

4 Reliable a.Test Result from Govt./NABL accredited laboratories

b.In-house testing facility for Physical/Chemical

test(NABL accredited)

d.Calibration Certificates

e. List of lab Equipments

e.1- Spectrometer

e.2-Computerized UTM

5 Use of Iron Verification of Iron Ore/Process Iron ore invoices

Ore/Processes

Iron are as basicraw materials

6 In house rolling Plant verification to to identify in-house rolling facilities,

facility production of liquid steel & crude steel.

7 Licenses & a.ISO 9001:2008 Certification

Certificates b.ISO 14001:2004 Certification

c.OHSAS 18001:2007 Certification

d.IS 1786:2008 (TMT Re-bars)

e.IS 2830:1992 (Billets)

8 Product Range TMT Re-bars Fe 415/415D/500/500D/550/550D

CRS( Corrosion Resistant) & EQR (Earthquake

Resistant) TMT Re-Bars size 8 to 36 mm dia.

Note:

DRI-EAF->Direct Reduce Iron-Electric ARC Furnace

BF-BOF->Blast Furnace- Basic Oxygen FurnaceCOREX-BOF-> COREX Furnace-Basic Oxygen Furnace.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

110

15. OTHER CONDITIONS:

15.1 The contractor will have to work according to the programme of the work, decided by the Engineer-in-Charge. The contractor for shall also construct a sample unit complete in all respect within time specifiedby the Engineer-in-Charge and this sample unit shall be got approved from the Engineer-in-charge beforemass construction is taken up. No extra claim what so ever beyond the payments due at agreement rateswill be entertained from the Contractor on this account.

15.2 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place.No excavated earth or building material shall be stacked on areas where other buildings, roads, servicesof compound walls are to be constructed.

15.3 If as per municipal rules the huts for labour are not to be erected at the site of work by the contractors, thecontractors are required to provide such accommodation as is acceptable to local bodies and nothingextra shall be paid on this account.

15.4 Cement bags shall be stored in separate godowns to be constructed by contractor at his own cost as persketch which is only indicative and actual size will depend on the site requirements as per CPWDSpecification 2009 (Vol. I) with correction slips upto date of submission of bid and R.C.C. work inpursuance (IS: 456-2000) with weather proof roof and walls. Each godown shall be provided with a singledoor with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge of work and that ofthe other lock with the authorized agent of the contractor at the site of work so that the cement is removedfrom the godown according to the daily requirement with the knowledge of both the parties and properaccount maintained in standard proforma.

15.5 The contractor shall be fully responsible for the safe custody of the materials even if the materials areunder double lock system.

15.6 Contractor shall bear all incidental charges for cartage, storage and safe custody of materials and shallconstruct suitable godowns, yards at the site of work for storing all other materials so as to be safe againstdamage by sun, rain, damages, fire, theft etc. at his own cost and also employ necessary watch and wardestablishment for the purpose at his cost.

15.7 All materials shall be got checked by the Engineer-in-Charge of the works on receipt of the same at sitebefore use.

15.8 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle,sand and bajri etc. collected by him for the execution of the work, direct to the Revenue Authority orauthorized agent of the State Government concerned or Central Government.

15.9 Except otherwise mentioned, in the nomenclature of items, the rates for each item shall deemed to includefor all leads and lifts and for working in or under water and/ or foul conditions and/ or for bailing out waterwherever required for which nothing extra shall be paid.

15.10 Drilling holes to secure fastener/ screws in walls and chase cutting in the walls wherever necessary shallbe done by mechanical means i.e. by hammer drill machine & the chase cutting machine respectively forwhich nothing extra will be paid to the contractor.

15.11 The Contractor shall prepare and supply three sets of the completion drawings of all the external andinternal plumbing, water supply, sanitary, drainage, electrical and other specialized works including allother services and completion plan of the building on completion of the services, to the Engineer-in-charge. One soft copy or hard copy of the relevant Architectural drawing for enabling the contractor toprepare the completion drawings shall be made available by the Engineer-in-Charge.

15.12 Before placing the reinforcement bars in position, contractor shall submit the bar bending schedule indicatingthe shape of bar, type/ designation of bar, number of bars, the diameter bars, quantity of reinforcement etc., asper structural drawing for approval by the Engineer-in-

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

111

Charge in writing. After the approval of the bar bending schedule by the Engineer-in-Charge, thereinforcement shall be placed in position and thereafter it shall be measured in the measurement bookand got test checked of its accuracy before embedding or before placing it beyond the reach ofmeasurement, from the Engineer-in-Charge or his authorized representative. Similar action shall also betaken for all other hidden items. It will be the responsibility of the contractor to bring out to the notice of theEngineer-in-Charge the deviations, if any giving the details of the measurements with locations forapproval of the competent authority immediately after it is detected or foreseen.

15.13 All PVC pipes and PVC fittings to be provided shall be able to sustain 6 kg/sqcm internal hydraulicpressure.

15.14 Brand and trade name of the paint to be used in the work shall be got approved in writing from theEngineer-in-Charge before application of the samples of different shades. After the written approval of theEngineer-in-Charge about brand, trade name, sample and shades of the paints the contractor shall makebulk procurement of the paint. Before start of the item of painting, the original purchase vouchers, delivery

challan of purchase of full quantity of paint materials shall have to be produced by the contractor to the

Engineer-in-Charge. The contractor shall bring full quantity of required painting material at site and get itinspected from the Engineer-in-Charge before start of the item of painting.

15.15 Cutting of centrifugal cast (spun) iron pipes wherever required shall be done by electric machine. Pipes ofdifferent lengths as required having sockets will be brought to site. No collar will be permitted to be used inthe work. If at any place collar is found used, no payment of the pipes connecting that collar and thesanitary fittings thereon shall be made in any case.

15.16 GI tank nipples of appropriate size shall be used as per written approval of the Engineer-in-Charge formaking connection of pipes with the PVC water storage tanks.

15.17 Element of reinforcement as per standard design is included in the item of brick masonry manholes.Therefore, the reinforcement used in the manholes shall not be separately measured for payment underthe item of reinforcement.

16.TESTING OF MATERIAL

(a) The contractor shall procure all the materials in advance so that there is sufficient time for testing and approving of the material and clearance of the same before use in work.

(b) In case of concrete and reinforced concrete work, the contractor shall be required to make arrangementfor carrying out compression strength tests at his own cost. He shall render all assistance for thepreparation of cubes, safe custody of the same proper curing and carriage upto the laboratory where thetest is to be performed. The cube tests can be performed at any laboratory approved by the Engineer-in-Charge.

(c) Time allowed for execution of the work provided in clause 5 of Schedule ‘F’ is inclusive of the time requiredfor any kind of testing of materials and preparation of Design mix of cement concrete for all R.C.C. work,time required for initial load testing / routine load testing of piles and time required for testing of weld etc.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

112

ADDITIONAL SPECIFICATIONS

1.0 GENERAL

1.1 The work shall be executed and measured as per metric dimensions given in the Schedule of quantities,drawings etc. (F.P.S. units wherever indicated are for guidance only).

1.2 The following modifications in the above specifications and some additional specifications shall however apply:

i) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved quarries or any other source to be got approved by the Engineer-in-Charge.

ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be ofstandard quality. Sand shall be obtained from approved source or any other source to be gotapproved from the Engineer-in-Charge and screened as required. The same shall consist of hardsiliceous material. It shall be clean sand.

1.3 Wherever any reference to any Indian Standard Specification occurs in the documents relating to thiscontract the same shall be inclusive of all amendments issued there to revision thereof if, any, upto thelast date of submission of bid

2 .0 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall beconsidered as inclusive of pumping out or bailing out water if required for which no extra payment will bemade. This will include water encountered from any source, such as rains, floods, and sub-soil water levelbeing high due to any other cause whatsoever.

2.1 In order to keep the floor finish as per architectural drawings and to provide required thickness of theflooring as per specifications the level of top surface of RCC shall be accordingly adjusted at the time ,ofits centering shuttering and casting for which nothing extra shall be paid to the contractor.

3.0 Brick Work.

3.1 Bricks shall be obtained from kilns approved by the Engineer-in-Charge and shall be of nominal size 22.9cm x11.4cm.x7.00cm mentioned in CPWD specification 2009 Vol. I with correction slipsuptothelast date ofsubmission of bid

3.2 In the item of Providing and placing 2 Nos. 6mm dia MS bars at every third course of half brick masonrywork, if the contractor uses 8mm dia. TMT bars in place of 6mm dia MS bars, nothing extra shall be paidon this account and TMT bars will not be measured separately under the item of reinforcement.

4.0 R.C.C. Work.

4.1. Mix design.

A. The Contractor shall design mixes for each class of concrete meeting the requirements as specified asper clause 5.8.4.1 of CPWD specifications 2009 Vol. I with correction slipsuptothelast date ofsubmission of bid

B. One month in advance to commencement of concreting work, the contractor shall submit proposal ofmix designs and test results from approved laboratory as mentioned in Para 4.3.5 below thereof as areport for the approval of the Engineer-in-Charge.

C. The R.C.C. work shall be done with Design Mix Concrete unless specified. In the nomenclature of items, wherever letter M has been indicated, the same shall imply for the Design Mix Concrete. For the nominal mix in RCC, CPWD specifications shall be followed. The Design Mix Concrete will be designated based on the principles given in IS: 456, 10262 & SP 23. The contractor shall design mixes for each class of concrete indicating the concrete ingredients and proportions that will result in concrete mix meeting requirements specified. In case of use of admixture and or white cement, the mix shall be designed with these ingredients as well. The specification mentioned herein below shall be followed for Design Mix Concrete.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

113

4.2 Ingredients:-

Coarse Aggregate: As per CPWD specifications 2009 Vol. I with correction slips up to the last date ofsubmission of bid. The maximum size of stone aggregates shall be 20mm

nominal.

Fine Aggregate : As per CPWD specifications.

Water : It shall conform to requirements laid down in IS:456-2000 and CPWD specifications.

Cement : It shall be of OPC 43 grade and shall conform to IS :8112.

Admixtures : Wherever required, admixtures of approved quality shall be mixed with concrete to achievethe desired workability within specified water cement ratio. The admixtures shall conform to IS: 9103. Thechloride content in the admixture shall satisfy the requirement of BIS: 5075. The total amount of chloridesin the admixture mixed concrete shall also satisfy the requirements of IS: 456:2000.

The contractor shall not be paid anything extra for admixture required for achieving desired workabilitywithout any change in specified water cement ratio for RCC/CC work.

4.3 Grade of Concrete: - The characteristic compressive strength of all grades of Concrete manufactured/produced shall be as per CPWD Specifications 2009 Vol. I with correction slipsupto the last date ofsubmission of bid.

4.3.1 The mix will be designed for minimum workability as specified in Para 7 of IS: 456: 2000.

4.3.2 For all grade of concrete manufactured/produced, the Minimum cement contents in the concrete shall be310 kg/cum of concrete. These limitations shall apply for all type of concrete of all strength.

4.3.3 Actual cement content in each grade of concrete for various design conditions of variables shall beestablished by design mixes with in the limit specified in Para 4.3.2 above.

4.3.4 If the cement content of concrete grade is mentioned in the items of schedule of quantity then, the ratesquoted by the contractors for the items of RCC shall be based on the cement contents indicated in theitem. On the basis of mix design and trial mixes etc, if the cement content approved by the Engineer-in-Charge is different than what is mentioned in nomenclature of items, variations in rates/price shall beapplicable in accordance with Para 4.10 of this tender/bid.

4.3.5 The concrete mix design shall be done without using admixture by the contractor at his own cost throughone of the following laboratories/Test houses:

(i) I.I.T., Guwahati.(ii) NIT, Silchar.

(iii) NIT, Shillong(iv) Any Lab of repute as decided by the S.E.

The various ingredients for mix design/laboratory tests shall be sent to the lab/test houses through theEngineer-in-Charge immediately after award of work and the samples of such aggregates sent shall bepreserved at site by the department. The admixture if used by contractor shall be at his own cost withoutany extra payment.

4.3.6 The contractor shall submit the mix design report along with details of trial mixes from any of aboveapproved laboratories for approval of Engineer-in-Charge within 30 days from the date of issue of letter ofacceptance of the bid. No concreting shall be done until the mix design is approved.

4.3.7 In case of change of source or characteristic properties of the ingredients used in the concrete mix duringthe work, a revised laboratory mix design report conducted at laboratory established at site shall besubmitted by the contractor as per the direction of the Engineer-in-Charge.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

114

a. APPROVAL OF DESIGN MIX :

The mix design for a specified grade of concrete shall be done for a target mean compressive strengthTck=Fck + 1.65s

Where Fck = Characteristic compressive strength at 28 days.

S = Standard deviation which depends on degree of quality control.

The degree of quality control for this work is “good” for which the standard deviation (s) obtained fordifferent grades of concrete shall be as follows:-

GRADE OF CONCRETE FOR GOOD CONTROL OF QUALITY

M-15 3.5

M-20 4.6

M-25 5.3

M-30 6.0

M-35 6.3

Out of the six specimen of each set, three shall be tested at seven days and remaining three at 28 days.The preliminary tests at seven days are intended only to indicate the strength to be attained at 28 days.

4.4.1 All cost of mix designing and testing connected therewith including charges payable to the laboratory shall be borne by the Contractor.

4.5 BATCHING, MIXING, TRANSPORTATION, PLACING & COMPACTION :

The concrete shall be sourced from ready mix concrete plants or from onsite/ off site batching and mixingplant conforming to IS: 4925 or suitable weigh batching system as approved by Engineer in charge. It shallhave the facilities of presenting the quality to be weighed with the suitable out off system when the same isachieved. All other operation in concreting work like Mixing, Slump, Laying/ placing of concrete,compaction, curing etc. not mentioned in this particular specification for design mix of Concrete shall be asper the IS: 456- 2000 and Additional / special condition forming part of this bid document.

4.6 PREPERATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING CONFORMITY TEST AT FIELD LAB :

The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory for allgrades, in presence of Engineer in charge using sample of approved materials proposed to be used in thework, prior to commencement of concreting and get them tested in his presence to the entire satisfactionfor 7 days & 28 days. Test cubes shall be taken from trial mixes as follows:

For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three cubesfrom each set of six shall be tested at age of 28 days. The cubes shall be made, cured, transported andtested strictly in accordance with specifications. The average strength of nine cubes at age of 28 daysshall exceed the specified target mean strength for which design mix has been approved, the evaluation oftest results will be done as per IS: 456-2000.

4.6.1 STREGTH TEST:

TEST SPECIMEN

Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall beconducted on six specimens, three of which shall be tested at 7 days and remaining three at 28 days.Additional samples shall be prepared as per the direction of Engineer in charge for testing cured byaccelerated method as described in IS: 9103.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

115

TEST RESULT OF SAMPLE

The test result of the sample shall be the average of the strength of three specimens. The individualvariation shall not be more than +15 percentage of the average. If more, the test results of the sample areinvalid. At least 10 % of the total test shall be done at the laboratory as directed by the Engineer-in-Charge, remaining tests will be done in the laboratory established at site by the contractor.

4.7. STANDARD OF ACCEPTANCE

Standard of acceptance shall be same as specified in Revised CPWD Specifications 2009Vol. I withcorrection slipsupto the last date of submission of bid in pursuance to IS 456:2000.

In order to keep the floor finish as per architectural drawings and to provide required thickness of theflooring as per specifications, the level of top surface of RCC shall be accordingly adjusted at the time of itscentering, shuttering and casting for which nothing extra shall be paid to the Contractor.

4.8 Measurement- As per CPWD Specifications.

4.9. Tolerances-As per CPWD Specifications.

4.10 Rate- The rates quoted by the contractor for various items of reinforced cement concrete etc. shall be basedon the cement content for the mixes specified in items of schedule of quantities, The contractor should takeinto the account the said cement content for the mixes mentioned in items while quoting his rates. At thetime of trial mixes to be designed by the contractor and approved by the Engineer-in-Charge, after theaward of the work, if the cement content per cubic metre of concrete is different from the cement content asspecified in items of schedule of quantities, the rates shall be adjusted on the basis of more/less use ofcement as compared to the cement content per cubic metre mentioned in the item. The said adjustment inthe rates shall be worked out as under.

In case the approved cement content in various grades of concrete mixes is less as compared to cementcontents mentioned in the schedule of quantities, the less cement so used shall be adjusted at base rate ofcement plus carriage from stock yard at Guwahati to site of work plus 1.0 percent towards water chargesplus 15 % percent towards profit and overhead plus applicable GST as per standard CPWD practices. Thebase rate of ordinary Portland cement for this purpose shall be taken asRs5734 /- per MT.In case of cementused more than the specified cement content, extra payment up to use of 380kg cement per cum of cementconcrete only will be made as per schedule of quantity for the work and nothing extra shall be paid beyond380 kg of cement per cum cement concrete.

4.10.1 The rate includes the cost of materials and labour involved in all the Operations described above exceptfor the cost of centering, shuttering and Reinforcement which will be paid for separately.

4.10.2 In case of actual average compressive strength being less than the specified strength, which shall begoverned by the Para “Standard of acceptance” as above, the rate payable shall be worked outaccordingly on prorata basis.

4.10.3 In case of rejection of concrete on account of unacceptable compressive strength, governed by the Para“Standard of Acceptance” as above, the work for which samples have failed shall be redone at the cost ofcontractors. However, the Engineer- in- Charge may order for additional tests (like cutting cores, ultrasonicpulse velocity test, load test on structure, or on part of structure, etc.) to be carried out at the cost ofcontractor to ascertain if the portion of the structure wherein concrete represented by the sample has beenused, can be retained on the basis of results of individual or combination of these tests. The contractorshall take remedial measures necessary to retain the structure as approved by the Engineer-in-Chargewithout any extra cost. However, for payment, the basis of rate payable to the contractor shall be governedby the 28 days cube test results and reduced rates shall be regulated in accordance as per provision inCPWD specifications and conditions cited in this bid document.

4.11 QUALITY CONTROL OF READY MIXED CONCRETE:-

Quality control of ready mixed concrete will be divided into three convenient areas: Forward control, immediate control, Retrospective control.

FORWARD CONTROL

Forward control and consequent corrective action are essential aspects of quality control. It includes:-(i) Control of Purchased Material Quality

It shall be assured that all the materials purchased and used in the production of concrete conform to thestipulation of the relevant agreed standards with the material supplier and the requirements of the

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

116

product mix design and quality control procedures. This can be accomplished by visual checks, sampling and testing, certification from material supplier and information/ data from material supplier.

(ii) Control of Material Storage

Adequate and effective storage arrangement shall be provided for prevention of contamination, reliabletransfer and food systems, drainage of aggregates, prevention of freezing or excessive solar heating ofaggregate etc.

(iii) Record of Mix Design and Mix Design Modification

Record of mix design and mix design modification will be readily available in computer for inspection of Engineer-in-charge any time.

(iv) Transfer and Weighing Equipment

RMC producer shall ensure that a documented calibration procedure is in place. Proper calibration records shall be made indicating date of next calibration due, corrective action taken, if required.

RMC producer shall also maintain a daily production record including details of customers to whom RMCwas supplied including details of mixes supplied. Record shall also be maintained of what materials wereused for that days production including water and admixture.

The accuracy of measuring equipment shall be within + 2% of quantity of cement, + 3% of quantity of aggregate, admixture and water being measured.

(v) Maintenance of Plant, Truck Mixers and Pumps

Maintenance of Plant, Truck Mixers and Pumps should be well mentioned so as to not hamper any operation of production, transportation and placement.Intermediate Control

Intermediate control is concerned with instant action to control the quality of Concrete being produced or that of deliveries. It will cover:-

a) Weighing (correct reading of batch data and accurate weighing). For each load, written, printed orgraphical records shall be made of the weights of the materials batched, the estimated slumps, the totalamount of water added to the load, the delivery tickets number for that load and the time of loading theconcrete into the truck.

b) Visual observation of concrete during production and delivery or during sampling and testing of freshconcrete (assessment of uniformity, cohesion, workability, adjustment to water content). The workability ofthe concrete shall be controlled on a continuous basis during production and any necessary correctiveaction taken.

c) Use of equipment at the plant designed to measure moisture content of aggregates, particularly fine aggregates or the workability of the concrete.

d) Making corresponding adjustments at the plant automatically or manually to batched quantities to allow forobserved, measured or reported changes in materials in concrete quantities.

e) Concrete mixes shall be randomly sampled and tested for workability and where appropriate plasticdensity, temperature and air content. Corrective action shall be taken where significant variation is noticed.

Retrospective Control

Retrospective control covers:

a) Sampling of concrete, testing, monitoring of results.

b) Any property of materials or concrete such as aggregate grading, slump, air content, but it is particularlyassociated with 28 day cube strength because of its very nature as it cannot be measured ahead of or atthe time of manufacture.

c) Weighbridge checks of laden and unladen vehicle weights.

d) Stock control of materials.e) Diagnosis and correction of faults identified from complaints.

Control of designed and the prescribed mixes: a quality control system shall be operated to control thestrength of designed mixes to the required levels. The system shall include continuous analysis of resultfrom cube tests to compare actual with the target values together the procedures for modifying mixproportions to correct for observed differences. For prescribed mixes periodic and systematic checksshall be made to ensure that the cementations materials contents of prescribed mixes comply with theirmix proportion

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

117

4.12 FORM WORK

In provision of CPWD specification 2009 Vol. I with correction slipsupto last date of submission of bid andR.C.C. work (in pursuance to I.S. 456-2000) in respect of form work it is provided that basically only steelshuttering shall be adopted in general. However, a combination of steel and shuttering ply conforming toI.S: 848-1974 and I.S: 5539 may be allowed by the Engineer-in-Charge in consideration of the specialrequest of the contractor to maintain quality and speed of the work. In such cases the use of shuttering plyshall be permitted only for circular columns, beam sides and bottom and in other locations wherever it isfelt necessary on account of difficulty in using steel shuttering in such locations. But in other areas likeslab, rectangular/square columns etc. steel shuttering shall be invariably used. However, no extra paymentor deduction will be admissible or made for use of shuttering ply.

4.12.1 To maintain the quality and speed the contractors have to arrange and bring the following minimumquantities of steel centering shuttering with necessary steel vertical props, horizontal and diagonalbracings before execution of the following items of work.

4.12.2

i. Foundation and footings. = 350sqm.

ii. Beams. = 830sqm.

iii. Columns. = 1100sqm.iv. Slab . = 860sqm.

v. Steel props = 800 cum space

The aforesaid quantities of shuttering materials should be kept at site for execution of the columns, footings and beams.

4.13. MATERIAL:

4.13.1. Inspection of materials or works: All materials brought to the site by the contractor for use in the work, aswell as fabricated components shall be subject to inspection and approval by Engineer-in-Charge. Thecontractor shall be required as directed by the Engineer-in-Charge, to get necessary tests carried out onmaterials components at his own cost from the laboratories/test houses, approved by the Engineer-in-Charge.

4.13.2. Manufacturer’s Test Certificate: The contractor shall, if required by the Engineer-in-Charge, producemanufacturer’s test certificates for any material or particular batch of materials supplied by him. The testscarried out shall be as per relevant specifications/ Indian Standard Code.

5.0 WOOD WORK

The samples of species of timber to be used shall be deposited by the contractor with the ExecutiveEngineer before commencement of the work. The contractor shall produce cash vouchers and certificatefrom standard kiln seasoning chemically pressure treatment plant operators about the timber section to beused on the work having been kiln seasoned chemically pressure treated by them, failing which it wouldnot be to accept as kiln seasoned & chemically pressure treated.

5.1 Factory made shutter, as specified shall be obtained from factories approved by the Chief Engineer andshall conform to IS: 2202 (Part-I) 1977. The contractor shall inform well in advance to the Engineer-in-Charge the names and address of the factory where from the contractor intends to get the shuttersmanufactured. The contractor will place order for manufacture of shutters only after written approval of theEngineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of theEngineer-in-Charge and recommend a name of another factory from the approved list in case the factoryalready proposed by the contractor is not found competent to manufacture quality shutters. Shutters will,however, be accepted only, if this meet the specified tests. The contractor will also arrange stage-wiseinspection of the shutters at factory by the Engineer-in-Charge or his authorized representative. Contractorwill have no claim if the shutters brought at site are rejected by Engineer-in-Charge in full lot due to badworkmanship/quality. Such shutters will not be measured and paid and the contractor shall remove thesame from the site of work within 7 days after the written instructions in this regard are issued byEngineer-in-charge or his authorized representative.

5.2 Original purchase vouchers and delivery challan from the factory in support of having purchased thefactory made door shutters from the approved factory, shall have to be produced to the Engineer-in-Charge for verification.

.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

118

6.0. STEEL WORK:

6.1 The steel doors, windows, ventilators and composite units shall be got fabricated in Work shop approvedby the Chief Engineer concerned.

6.2 The M.S. plate clamps 15x6mm thick for holding arrangements are to be provided and added as per siteconditions. The rate is inclusive of the cost of such clamps.

6.3 All welded steel work shall be tested for quality of weld as laid down in IS: 822:1970 before actual erection,unless otherwise specified in the nomenclature of the item.

6.4 In the MS Tee/angle iron frames for doors, four numbers MS butt hinges for each door shutters and oneno. 50mm MS hinge for wooden cleat wherever necessary, the cost of which are deemed to include in therate of the item, shall have to be provided.

7.0. WATER SUPPLY SANITARY INSTALLATION

7.1 S.C.I pipe and G.I pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs andnothing extra shall be paid for this.

7.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings and otherfittings and fixtures against pilferages and breakage during the period of installation and thereafter until thebuilding is handed over.

8.0 VARIATION IN CONSUMPTION OF MATERIALS

The variation in consumption of material shall be governed as per CPWD specification 2009 Vol. I & II withcorrection slips upto last date of submission of bidand clauses of the contract to the extent applicable. Thefollowing specific clauses shall govern the variation in consumption of pig lead.

9.0 VARIATION IN CONSUMPTION OF PIG LEAD

9.1 The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical consumption for SCI pipesof size 100mm, 75mm, 50mm at 0.98kg, 0.88kg, and 0.77 kg. per joint respectively. Over and above thetheoretical quantities of lead as worked out, variation of 5% shall be allowed for wastage etc. Any differencebetween the actual consumption of pig lead and theoretical consumption worked out on the above basis i/cthe authorized variation shall be recovered at rates in schedule ‘B’ plus 10% in case material issued bydepartment. Where the pig lead is arranged by the contractor, in case variation is on higher side 5% will beallowed. In case the variation is on lower side, the quantity of pig lead used less shall be recovered from thecontractor at market rate to be determined by Engineer-in-Charge whose decision in the matter will be final.

9.2 The theoretical quantity of cement to be utilized in item of concrete involving use of single aggregate andmixed by volume batching shall be computed on the basis of the co-efficient for cement to be used indifferent items of the work provided in DSR 2014 with correction slips to last date of submission ofbid.However, where the concrete is mixed by weight batching theoretical quantity of cement to be utilized initem of concreteshall be worked out from theoretical co-efficient given in DSR 2016 with correction slips uptolast date of submission of bidfor concrete with crushed stone aggregate.

10.0 INTEGRAL WATER PROOF FINISHING:

10.1. Specialized agencies shall have to be associated by the CPWD/ non-CPWD contractors in case thecontractor does not possess the requisite eligibility an experience of integral cement based water proofingtreatment for sunken floors and on roofs. 5 years guarantee in prescribed Performa at Annexure-“A” shall begiven by the contractor. In addition, 10% (ten percent) of the cost of these items would be retained as guarantee

money to watch the performance of the work done. However half of this amount retained would be releasedafter five years, if the performance of the work done is found to be satisfactory. If any defect is noticedduring the guarantee period, it should be rectified by the contractor within seven days and if not attended to,the same will be got done by the Engineer-In-Charge through another agency at the risk and cost of thecontractor. The retained guarantee money could be released to the contractor, if he submits FDR of equalamount having maturity period not less than guarantee period.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

119

Before execution of the items of integral water proofing treatment/finishing work, the contractor must submit the following details and get the same approved by the Engineer-in-Charge.

a) The name of the specialized firmb) The trade names of the product which could be used;c) List of works where this treatment has been used.

d) Quantity of chlorides and sulphides used in the product.

11.0. MARBLE STONE SLAB WORK

11.1 In the event of non-availability of 18mm thick marble stone for flooring, 16mm thick marble stone can bepermitted. In that event, 22mm thick base cement mortar shall have to be provided in place of 20mm thickbase cement mortar for which nothing extra shall be paid. However deduction for the less thickness ofmarble stone slab shall be made.

11.2 Flooring work is to be executed as per flooring pattern shown in Arch. Drawings and as per direction ofEngineer-in-Charge for which nothing extra will be paid.

11.3 The size of tiles/marble stone/Granite stone in dado/skirting is to be provided as shown in Architecturaldrawings.

11.4 Raj Nagar plain marble of strips of width upto75 mm in required pattern shall be provided in the Kota stoneflooring as per direction and approval of Engineer-in-Charge for which nothing extra shall be paid.

11.5 Udaipur green marble of strips of width upto 75 mm in required pattern shall be provided in the marblestone flooring as per direction and approval of Engineer-in-Charge for which nothing extra shall be paid.

11.6 Mirror finish/ granite finish rubbing of the Kota stone flooring shall be done only in those locations for whichthe Engineer-in-Charge shall give prior direction in writing. No payment shall be made for execution of thisitem in areas for which written direction is not given by the Engineer-in-Charge.

11.7 For providing granite stone in counters, window sills, kitchen platforms and other similar locations, the rateshall deemed to include semi-circular mirror finished and mirror polished pre-moulding of the free/exposed edges which shall have to be done and nothing extra shall be paid on this account. Further forgranite stone upto 2 metre, for treads of steps and risers, kitchen counters, window sills and any otherlocations wherever decided by the Engineer-in-Charge, single stone shall be used for which nothing extrashall be paid.

11.8 The colour and shade of the granite and granite tiles shall be decided by the Engineer-in-Charge.

.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

120

ANNEXURE-A

E.2 GUARANTEE BOND TO BE EXECUTED BY CONTRACTOR FOR WATER PROOFING TREATMENT FOR BASEMENT/TERRACE/TOILETS.

This agreement made this ……………day of ……………Two thousand and….……………… between

……………………. son of ……………………………………… (hereinafter called the Guarantor of the one

part) and the President of India (hereinafter called the Government on the other part).

Whereas this agreement is supplementary to a contract (hereinafter called the contract) dated………. and

made between the Guarantor of the one part and the Government on the other part, where by the contractorinteralia, undertook to render the structures in the said contract recited completely water and leak proof.

The Guarantor hereby guarantees that water proofing treatment given by him will render the structurescompletely leak proof and the minimum life of such water proofing treatment shall be five years to bereckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects.

The decision of the Engineer-In-Charge with regard to cause of leakage shall be final.

During the period of guarantee the guarantor shall make good all defects and in case of any defect beingfound render the structure water proof to the satisfaction of the Engineer-In-Charge at his cost and shallcommence the work for such rectification within seven days from the date of issue of notice from theEngineer-In-Charge calling upon him to rectify and defects failing which the work shall be got done by thedepartment through some other contractor at the GUARANTOR’S cost and risk. The decision of theEngineer-In-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing, or comments breach there under then theGuarantor will indemnify the Principal and his successors against all loss, damages, cost, expenses orotherwise which may be incurred by him by reason of any of any default on the part of the GUARANTOR inperformance and observance of this supplementary agreement. As to the amount of loss and/or costincurred by the GOVERNMENT on the decision of the Engineer-In-Charge will be final and binding on theparties.

IN WITNESS WHEREOF those presents have been executed by the obligator …………………. ……. and

by …………………………………For and on behalf of the PRESIDENT OF INDIA on the day, month year and first above written.

Signed sealed and delivered by OBLIGATOR in presence of:

1. ……………………….

2. ……………………….

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ……………………... ……….. in the

presence of:

1. ………………………

2. ………………………

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

121

ANNEXURE – B

E.5 LIST OF PREFERRED MAKES OF MATERIALS (civil)

The materials of first quality from the following preferred makes are to be used. In case it is established that thebrands specified below are not available in the market contractor shall submit alternative proposal for the approvalof the Engineer-in-ChargeE.5.A. General Materials.

Sl Materials Brand / Manufacturer NameNo.

1 Ordinary Portland cementA.C.C., Ultratech, Vikram,Shree Cement , Ambuja,

43 grade as per IS: 8112Jaypee Cement, CenturyCement & J.K.Cement,AmritCement,Topcem Cement, Star cement,

Taj cement ,Dalmia cement

2 Steel Reinforcement (TMT

a) (Grade Fe-500D) SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd,.

JSW Steel Ltd.

3 CGI Sheet Tata Shakti, Jindal, M/s JSW Steel Coated Product

Ltd., Nagpur

4 Synthetic Enamel Paint Berger, Asian Paints, Jenson &NicholsonNerolac., ICI

5 Acrylic washable Distemper Berger, Asian Paints, Jenson &NicholsonNeroalc, ICI

6 Water proofing cement paint, Berger, Asian Paints, Jenson & Nicholson, Nerolac, ICI

Primer

7 Acrylic Exterior Paint Berger, Asian Paints, Jenson &NicholsonNeroalc ICI

8 Mortice Latch Godrej, Harrison, Kodia.

9 White Cement Birla white, J.K. white

10 Ceramic Tiles/ Vitrified tiles Somany, Kajaria, Bell, Johnson RAK, Varmora, Nitco

11 Aluminum sections Hindalco, Jindal, Indian AluminumCo.BhagwatiSai,

Halco(Anodising by approved Anodiser)

12 PVC Door frame and Shutters RajshreeDuroplast, sintexor equivalent

13 UPVC Windows and doors Duroplast, Fenestaor equivalent

14 Water proofing compound CICO, FOSROCPidilite, DR Fixit, Sika, Asian Paint or

15 Drapery rod Vista, Mac, or equivalent

16 Steel Window M/s Multiwin Industrial Corporation Kolkata, Purbanchal

Industries, Guwahati

17 Flush Door Shutters A.B. wood Tech Pvt Ltd., M/s Doorking, Green Plywood

century Durodooretc

18 AAC Blocks Brikolite, Superlite, powerlite

19 Glass Modiguard, Saint Gobain, Indo Asahi.

20 Precoated G.I profilesheets Tata bluescope, Dyna roof,

E.5.B. Sanitary fixtures and Faucets.

Sl Materials Brand / Manufacturer Name

No.

1 Vitreous China Sanitary Ware Hindware, Cera ,Roca, Parryware,Jaquar,GroheNeycer

2 C.P. Brass Faucets, Wastes, Jaquar, Kingston, Hindware, Neycer, Kohler, Roca,

Traps etc Parryware Johnson

Correction. Nil Deletion.. Nil

Insertion..Nil

Overwriting..Nil

AE (P), EE (P-II), AE(E) (P), EE(E) (P)

122

3 C.P. flush valves for W.C.s Jaquar, Kingston, Hindware, Neycer, Kohler, Roca,

Parryware Johnson

4 C.P. Bathroom Accessories Jaquar, Kingston, Hindware, Neycer, Kohler, Roca,

Parryware Johnson

5 C.P. Wastes, Spreaders, Jaquar, Kingston, Hindware, Neycer, Kohler, Roca,

Urinal Flush pipe Parryware Johnson

6 Infrared Sensor operated AOS-Robo, Encon, Utech, Lopal

Faucets

7 Stainless Steel Sink Jayana, Neelkant,Nirali, Cobra, Kraus, Ruvati

8 Bevelled edge mirror Atul, Jolly, Modiguard, Asahi

E.5.C Pipes and Fittings

Sl Materials Brand / Manufacturer Name

No.

1 Centrifugally Cast (Spun) Iron JayaswalNeco, B.I.C. (Kolkata)

soil, waste and vent pipes and

fittings

2 UPVC Soil, Waste and Vent Supreme, Prince, Finolex, SFMC, Fusion Industries,

pipes and fittings Ltd, New Delhi, Ajay industrial corporation Ltd.

3 G.I. Pipes Tata, Jindal (Hissar)Bansal, Unik

4 G.I. Fittings “R” Brand, Unik and Zoloto

5 C.I. Class LA Pipes Electro Steel, Kesoram, Kapilansh

6 Stoneware pipes Bhaskar, Anand, ISI marked of approved Quality

7 R.C.C. Pipes ISI marked of approved Quality

8 PP-R Pipes/ CPVC Pipes and Supreme, Prince, SFMC, Fusionindustries,Ajay

Fittings industrial corporation Ltd.

E.5.D Insulation

Sl Materials Brand / Manufacturer Name

No.

1 Synthetic Polymeric Rubber Vidoflex, Superlon, Armstrong

Compound

E.5.E. Valves

Sl Materials Brand / Manufacturer Name

No.

1 Valves, Float Valves Zoloto, RB, STUD

2 Ball Valves RB, CIM, ITAP

E.5.F. Manhole Covers, Gratings etc

.

Sl Materials Brand / Manufacturer Name

No.

1 Steel Fibre Reinforced K.K. manholes, Pragati Concrete, Moonlight

Concrete Manhole Covers and

Grating

2 C.I. Manhole Covers RIF, Kajeco, Neco

Note:

The contractor shall provide the materials as per the Make or Brand indicated above. When two or morealternative brands have been mentioned, the brand to be finally used shall be as decided by the Engineer-in-Charge. The Engineer-in-Charge shall obtain the approval of Chief Engineer. NEZ-I, CPWD for thealterative brands/ equivalent brand, before the actual execution of items.

E.5.G:-All other items shall be of ISI marked/as per approved sample kept at site of work

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

123

SCHEDULE OF QUANTITY

Name of work:- Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:-C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works

, internal EI and fans,First aid hose Reel, Lift , DG set , street lighting and electrical service connetion.) ( CIVIL PORTION)

SCHEDULE OF QUNTITIES

Rate

S.No. Description Qty Unit enhanced

Estimated

Amount

with CI

1 EARTH WORK

1.1 Earth work in excavation by mechanical means

(Hydraulic excavator) / manual means over areas

(exceeding 30cm in depth. 1.5 m in width as wellas 10 sqm on plan) including disposal ofexcavated earth, lead upto 50m and lift upto1.5m, disposed earth to be levelled and neatly

dressed.

1.1.1 All kinds of soil 2702 cum 166.69 450396.00

1.2 Earth work in excavation by mechanical means

(Hydraulic excavator) / manual means over areas

(exceeding 30 cm in depth, 1.5 m in width as wellas 10 sqm on plan) including disposal ofexcavated earth, lead upto 50 m and lift upto 1.5m, disposed earth to be levelled and neatly

dressed.

1.2.1 Ordinary rock 888 cum 292.56 259793.00

1.3 Earth work in excavation by mechanical means

(Hydraulic excavator) / manual means infoundation trenches or drains (not exceeding 1.5

m in width or 10 sqm on plan), including dressingof sides and ramming of bottoms, lift upto 1.5 m,including getting out the excavated soil anddisposal of surplus excavated soil as directed,within a lead of 50 m.

1.3.1 All kinds of soil. 1269 cum 220.23 279472.00

1.4. Earth work in excavation by mechanical means

(Hydraulic excavator) / manual means infoundation trenches or drains (not exceeding 1.5m in width or 10 sqm on plan), including dressingof sides and ramming of bottoms, lift upto 1.5 m,

including getting out the excavated soil anddisposal of surplus excavated soil as directed,

within a lead of 50 m.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

124

1.4.1 All kinds of soil. 299 cum 365.09 109162.00

1.5. Excavating trenches of required width for pipes,

cables, etc including excavation for sockets, anddressing of sides, ramming of bottoms,depth upto1.5 m, including getting out the excavated soil,and then returning the soil as required, in layersnot exceeding 20 cm in depth,includingconsolidating each deposited layer by ramming,

watering,etc. and disposing of surplus excavatedsoil as directed, within a lead of 50 m :

1.5.1 All kinds of soil

15.1.1. Pipes, cables etc. exceeding 80 mm dia. but not

exceeding 300 mm dia200 Mtrs 298.38 59676.00

1.6. Filling available excavated earth (excluding rock)in trenches, plinth, sides of foundations etc. in

layersnotexceeding20cmindepth,consolidating each deposited layer by rammingand watering, lead up to 50 m and lift upto 1.5 m.

2339 cum 166.43 389280.00

1.7. Extra for every additional lift of 1.5 m or part

thereof in excavation / banking excavated orstacked materials.

1.7.1 All kinds of soil 1332 cum 68.49 91229.00

1.7.2 Ordinary or hard rock 421 cum 122.82 51707.00

1.8 Supplying and filling in plinth with Jamuna sand

under floors, including watering, ramming,consolidating and dressing complete.

88 cum 1204.72 106015.00

2 CONCRETE WORK

2.1 Providing and laying in position cement concrete

of specified grade excluding the cost of centeringand shuttering - All work up to plinth level :

2.1.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone

aggregate 20 mm nominal size) 10 cum 7255.36 72554.00

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10 graded

stone aggregate 40 mm nominal size) 236 cum 5570.68 1314680.00

2.2 Providing and laying cement concrete in retaining

walls, return walls, walls (any thickness) includingattached pilasters, columns, piers, abutments,

pillars, posts, struts, buttresses, string or lacingcourses, parapets, coping, bed blocks, anchorblocks, plain window sills, fillets, sunken floor etc.,up to floor five level, excluding the cost ofcentering, shuttering and finishing :

2.2.1 1:2:4 (1 Cement : 2 coarse sand : 4 graded stone

aggregate 20 mm nominal size)17 cum 8665.88 147320.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

125

2.3 Providing and laying damp-proof course 40 mmthick with cement concrete 1:2:4 (1 cement : 2coarse sand : 4 graded stone aggregate 12.5 mmnominal size).

263 sqm 348.21 91579.00

2.4 Extra for providing and mixing water proofing

material in cement concrete work in doses by

weight of cement as per manufacturer's per 50specification. kg

109 cement 63.46 6917.00

2.5 Applying a coat of residual petroleum bitumen of

grade of VG-10 of approved quality using 1.7 kg

per square metre on damp proof course aftercleaning the surface with brushes and finally witha piece of cloth lightly soaked in kerosene oil.

263 sqm 121.63 31989.00

2.6 Making plinth protection 50 mm thick of cement

concrete 1:3:6 (1 cement : 3 coarse sand : 6graded stone aggregate 20 mm nominal size)over 75mm thick bed of dry brick ballast 40 mm

nominal size, well rammed and consolidated andgrouted with fine sand, including finishing the top

smooth. 202 sqm 596.04 120400.00

3 REINFORCED CEMENT CONCRETE

3.1 Centering and shuttering including strutting,

propping etc. and removal of form for:

3.1.1Foundations, footings, bases of columns, etc. for

mass concrete 465 sqm 256.69 119361.00

3.1.2 Walls (any thickness) including attached pilasters,

butteresses, plinth and string courses etc.177 sqm 501.08 88691.00

3.1.3 Suspended floors, roofs, landings, balconies and

access platform3464 sqm 558.91 1936064.00

3.1.4 Lintels, beams, plinth beams, girders, bressumersand cantilevers 4592 sqm 453.83 2083987.00

3.1.5 Columns, Pillars, Piers, Abutments, Posts and

Struts2620 sqm 619.20 1622304.00

3.1.6 Stairs, (excluding landings) except spiral-

staircases164 sqm 555.01 91022.00

3.1.7 Small lintels not exceeding 1.5 m clear span,moulding as in cornices, window sills, string

courses, bands, copings, bed plates, anchorblocks and the like

230 sqm 256.69 59039.00

3.1.8 Edges of slabs and breaks in floors and walls

3.1.8.1 Under 20 cm wide600 metre 161.73 97038.00

3.1.9 Small surfaces such as cantilever ends, brackets

and ends of steps, caps and bases to pilastersand columns and the like

60 sqm 682.73 40964.00

Correction. Nil Deletion.. Nil

Insertion..Nil

Overwriting.. Nil AE (P), EE (P-II), AE(E) (P),EE(E) (P)

126

3.1.10 Weather shade, Chajjas, corbels etc., includingedges

261 sqm 690.54 180231.00

3.2 Providing precast cement concrete Jali 1:2:4 (1

cement : 2 coarse sand: 4 graded stone

aggregate 6 mm nominal size), reinforced with1.6 mm dia mild steel wire, including centeringand shuttering, roughening cleaning, fixing andfinishing in cement mortar 1:3 (1 cement: 3 fine

sand) etc. complete, excluding plastering of thejambs, sills and soffits.

3.2.1 50 mm thick50 sqm 1078.06 53903.00

3.3 Steel reinforcement for R.C.C. work including

straightening, cutting, bending, placing in positionand binding all complete upto plinth level.

3.3.1 Thermo-Mechanically Treated bars 66050 Kg 74.91 4947806.00

3.4 Steel reinforcement for R.C.C. work including

straightening, cutting, bending, placing in positionand binding all complete above plinth level.

3.4.1 Thermo-Mechanically Treated bars 212580 Kg 74.91 15924368.00

3.5 Add for plaster drip course/ groove in plastered

surface or moulding to R.C.C. projections. 224 metre 45.20 10125.00

3.6 Providing and laying in position machine batched

and machine mixed design mix M-25 grade

cement concrete for reinforced cement concretework, using cement content as per approveddesign mix, including pumping of concrete to siteof laying but excluding the cost of centering,

shuttering, finishing and reinforcement, includingadmixtures in recommended proportions as perIS: 9103 to accelerate, retard setting of concrete,improve workability without impairing strengthand durability as per direction of Engineer-in-charge.

(Note :- Cement content considered in this item is@ 330 kg/cum.

Excess/ less cement used as per design mix ispayable/recoverable separately).

3.6.1 All works upto plinth level422 cum 8531.88 3600453.00

3.6.2 All works above plinth level upto floor V level1190 cum 9595.44 11418574.00

3.7 Add for using extra cement in the items of design

mix over and above the specified cement content

therein.783 quintal 890.38 697168.00

4 BRICK WORK

4.1 Brick work with common burnt clay F.P.S. (non

modular) bricks of class designation 7.5 infoundation and plinth in:

4.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 98 cum 6288.81 616303.00

Correction. Nil Deletion.. Nil

Insertion..Nil

Overwriting..Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

127

4.2 Brick work with common burnt clay F.P.S. (nonmodular) bricks of class designation 7.5 insuperstructure above plinth level up to floor Vlevel in all shapes and sizes in :

4.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 910 cum 7388.90 6723899.00

4.3 Half brick masonry with common burnt clayF.P.S. (non modular) bricks of class designation

7.5 in superstructure above plinth level up to floorV level.

4.3.1 Cement mortar 1:4 (1 cement :4 coarse sand) 2843 sqm 905.54 2574450.00

4.4 Extra for providing and placing in position 2 Nos6mm dia. M.S. bars at every third course of half

brick masonry.2835 sqm 75.24 213305.00

4.5 Brick edging 7cm wide 11.4 cm deep to plinth

protection with common burnt clay F.P.S. (nonmodular) bricks of class designation 7.5 includinggrouting with cement mortar 1:4 (1 cement : 4 finesand).

200 metre 51.88 10376.00

5 STONE WORK

5.1 Random rubble masonry with hard stone infoundation and plinth including levelling up with

cement concrete 1:6:12 (1 cement : 6 coarsesand : 12 graded stone aggregate 20 mmnominal size) upto plinth level with :

5.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 754 cum 5248.80 3957595.00

6 MARBLE WORK

6.1 Marble work gang saw cut (polished and machine

cut) of thickness 18 mm for wall lining (veneerwork), backing filled with a grout of average 12mm thick in cement mortar 1:3 (1 cement : 3

coarse sand), including pointing with whitecement mortar 1:2 (1 white cement : 2 marbledust) with an admixture of pigment to match themarble shade (To be secured to the backing bymeans of cramps, which shall be paid for

separately).

6.1.1 Raj Nagar Plain white marble/ Udaipur green

marble/ Zebra black marble.

6.1.1.1 Area of slab up to 0.50 sqm 7 sqm 3842.98 26901.00

6.1.1.2 Area of slab over 0.50 sqm 110 sqm 4017.48 441923.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

128

Providing and fixing 18 mm thick gang saw cut,6.2

mirror polished, premoulded and prepolished,machine cut for kitchen platforms, vanitycounters, window sills, facias and similar

locations of required size, approved shade, colourand texture laid over 20 mm thick base cementmortar 1:4 (1 cement : 4 coarse sand), jointstreated with white cement, mixed with matchingpigment, epoxy touch ups, including rubbing,curing, moulding and polishing to edges to give

high gloss finish etc. complete at all levels.

6.2.1 Granite of any colour and shade

6.2.1.1 Area of slab upto 0.50 sqm 76 sqm 4436.31 337160.00

6.2.1.2 Area of slab over 0.50 sqm 51 sqm 4120.45 210143.00

6.3. Providing and fixing stone slab with table rubbed,edges rounded and polished, of size 75x50 cm

deep and 1.8 cm thick, fixed in urinal partitions bycutting a chase of appropriate width with chasecutter and embedding the stone in the chase withepoxy grout or with cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stone

aggregate 6 mm nominal size) as per direction ofEngineer-in-charge and finished smooth.

6.3.1 Granite Stone of approved shade8 sqm 3748.09 29985.00

6.4. Providing and laying Polished Granite stone

flooring in required design and patterns, in linearas well as curvilinear portions of the building, allcomplete as per the architectural drawings, with18 mm thick stone slab over 20 mm (average)thick base of cement mortar 1:4 (1 cement : 4coarse sand), laid and jointed with cement slurry

and pointing with white cement slurry admixedwith pigment of matching shade, includingrubbing, curing and polishing etc. all complete asspecified and as directed by the Engineer-in-

Charge.

6.4.1 Polished Granite stone slab jet Black, Cherry

Red, Elite Brown, Cat Eye or equivalent. 1254 sqm 3888.05 4875615.00

7 WOOD AND P.V.C. WORK

7.1 Providing and fixing ISI marked flush doorshutters conforming to IS : 2202 (Part I) non-

decorative type, core of block board constructionwith frame of 1st class hard wood and well

matched commercial 3 ply veneering with verticalgrains or cross bands and face veneers on bothfaces of shutters:

7.1.1 35 mm thick including ISI marked Stainless Steel

butt hinges with necessary screws 259 sqm 2064.33 534661.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

129

7.2 Extra for cutting rebate in flush door shutters(Total area of the shutter to be measured). 40 sqm 169.08 6763.00

7.3 Providing and fixing M.S. grills of required pattern

in frames of windows etc. with M.S. flats, squareor round bars etc. including priming coat with

approved steel primer all complete.

7.3.1 Fixed to openings /wooden frames with rawlplugs screws etc. 10260 kg 148.83 1526996.00

7.4 Providing and fixing aluminium die cast body

tubular type universal hydraulic door closer(having brand logo with ISI, IS : 3564, embossed

on the body, door weight upto 35 kg and doorwidth upto 700 mm), with necessary accessories

and screws etc. complete.115 each 548.52 63080.00

7.5 Providing and fixing aluminium sliding door bolts,

ISI marked anodised (anodic coating not lessthan grade AC 10 as per IS : 1868), transparent

or dyed to required colour or shade, with nuts andscrews etc. complete :

7.5.1 300x16 mm 115 each 281.18 32336.00

7.5.2 250x16 mm 24 each 250.41 6010.00

7.6 Providing and fixing aluminium tower bolts, ISI

marked, anodised (anodic coating not less than

grade AC 10 as per IS : 1868 ) transparent ordyed to required colour or shade, with necessaryscrews etc. complete :

7.6.1 250x10 mm 115 each 116.60 13409.00

7.7 Providing and fixing aluminium handles, ISI

marked, anodised (anodic coating not less thangrade AC 10 as per IS : 1868) transparent ordyed to required colour or shade, with necessary

screws etc. complete :

7.7.1 125 mm 230 each 67.63 15555.00

7.7.2 100 mm 48 each 59.69 2865.00

7.8 Providing and fixing aluminium hanging floor door

stopper, ISI marked, anodised (anodic coating notless than grade AC 10 as per IS : 1868)

transparent or dyed to required colour and shade,with necessary screws etc. complete.

7.8.1 Twin rubber stopper 115 each 50.29 5783.00

7.9 Providing and fixing wooden moulded corner

beading of triangular shape to the junction ofpanelling etc. with iron screws, plugs and primingcoat on unexposed surface etc. complete 2nd

class teak wood.

7.9.1 50x50 mm (base and height) 60 metre 261.13 15668.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

130

Providing and fixing Fiber Glass Reinforced7.10

plastic (FRP) Door Frames of cross-section 90mm x 45 mm having single rebate of 32 mm x 15mm to receive shutter of 30 mm thickness .The

laminate shall be moulded with fire resistantgrade unsaturated polyester resin and choppedmat. Door frame laminate shall be 2 mm thick andshall be filled with suitable wooden block in all thethree legs. The frame shall be covered with fiberglass from all sides. M.S. stay shall be provided

at the bottom to steady the frame.

233 metre 549.91 128129.00

7.11 Providing and fixing to existing door frames.

7.11.1 30 mm thick Fiberglass Reinforced Plastic

(F.R.P.) flush door shutter in different plain andwood finish made with fire retardant gradeunsaturated polyester resin, moulded to 3 mm

thick FRP laminate all around, with suitablewooden blocks inside at required places for fixing

of fittings and polyurethane foam (PUF)/Polystyrene foam to be used as filler material

throughout the hollow panel, casted monolithicallywith testing parameters of F.R.P. laminateconforming to table - 3 of IS: 14856, complete asper direction of Engineer-in-charge.

74 sqm 3356.13 248354.00

7.12 Providing & Fixing decorative high pressure

laminated sheet of plain / wood grain in gloss /matt/ suede finish with high density protectivesurface layer and reverse side of adhesive

bonding quality conforming to IS : 2046 Type S,including cost of adhesive of approved quality.

7.12.1 1.0 mm thick 518 sqm 685.57 355125.00

7.13 Providing and fixing fire resistant door frame of

section 143 x 57 mm having built in rebate madeout of 16 SWG G.I. sheet (zinc coating not lessthan 120 gm/sqm) duly filled with vermuculitebased concrete mix, suitable for mounting 60minutes fire rated door shutters. The frame is

fitted with intumuscent fire seal strip of size 10x4mm (minimum) alround the frame and fixing with

dash fastener of approved size and make,including applying a coat of approved brand fire

resistant primer etc. complete as per direction ofEngineer-in-charge (Dash fastener to be paid for

separately).82 metre 1653.32 135572.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

131

Providing and fixing 50 mm thick glazed fire7.14

resistant door shutters of 60 minutes fire ratingconforming to IS:3614 (Part-II), tested andcertified as per laboratory approved by Engineer-

in-charge, with suitable mounting on door frame,consisting of vertical styles, lock rail, top rail 100mm wide, bottom rail 200 mm wide, made out of16 SWG G.I.sheet (zinc coating not less than 120gm/m2) duly filled FR insulation material andfixing with necessary stainless steel ball bearing

hinges of approved make, including applying acoat of approved fire resistant primer etc. all

complete as per direction of Engineer-in-charge(panneling to be paid for separately).

52 sqm 7062.00 367224.00

7.15 Providing and fixing glazing in fire resistant door

shutters, fixed panels, ventilators and partitionsetc., with G.I. beading of appropriate size, made

out of 20 SWG G.I.sheet (zinc coating not lessthan 120 gm/m2), fire resistant sealant, includingapplying a coat of approved fire resistant primeron G.I. beading etc., complete all as per direction

of Engineer-in-charge.

7.16 With clear fire resistant glass panes 6mm thick of

approved brand, having minimum 60 minutes fireresistance

4 sqm 36263.17 145053.00

8 STEEL WORK

8.1. Providing and fixing in position collapsible steel

shutters with vertical channels 20x10x2 mm andbraced with flat iron diagonals 20x5 mm size, withtop and bottom rail of T-iron 40x40x6 mm, with 40

mm dia steel pulleys, complete with bolts, nuts,locking arrangement, stoppers, handles, including

applying a priming coat of approved steel primer.

21 sqm 7094.82 148991.00

8.2 Providing and fixing 1mm thick M.S. sheet door

with frame of 40x40x6 mm angle iron and 3 mmM.S. gusset plates at the junctions and corners,

all necessary fittings complete, including applyinga priming coat of approved steel primer.

8.2.1 Using M.S. angles 40x40x6 mm for diagonal

braces 17 sqm 3798.78 64579.00

8.3. Providing and fixing T-iron frames for doors,

windows and ventilators of mild steel Tee-sections, joints mitred and welded, including

fixing of necessary butt hinges and screws andapplying a priming coat of approved steel primer.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

132

8.3.1 Fixing with 15x3 mm lugs 10 cm long embeddedin cement concrete block 15x10x10 cm of C.C.1:3:6 (1 Cement : 3 coarse sand : 6 graded stoneaggregate 20 mm nominal size)

2241 kg 98.01 219640.00

8.4. Providing and fixing M.S. fan clamp type I or II of

16 mm dia M.S. bar, bent to shape with hookedends in R.C.C. slabs or beams during laying,including painting the exposed portion of loop, all

as per standard design complete.28 kg 148.43 4156.00

8.5. Providing and fixing circular/ Hexagonal cast iron

or M.S. sheet box for ceiling fan clamp, of internaldia 140 mm, 73 mm height, top lid of 1.5 mm

thick M.S. sheet with its top surface hacked forproper bonding, top lid shall be screwed into the

cast iron/ M.S. sheet box by means of 3.3 mm diaround headed screws, one lock at the corners.Clamp shall be made of 12 mm dia M.S. bar bent

to shape as per standard drawing.

100 each 172.19 17219.00

8.6 Steel work welded in built up sections/ framed

work, including cutting, hoisting, fixing in positionand applying a priming coat of approved steel

primer using structural steel etc. as required.

8.6.1 In gratings, frames, guard bar, ladder, railings,

brackets, gates and similar works 1000 kg 113.75 113750.00

8.7 Providing and fixing stainless steel ( Grade 304)

railing made of Hollow tubes, channels, platesetc., including welding, grinding, buffing, polishingand making curvature (wherever required) andfitting the same with necessary stainless steel

nuts and bolts complete, i/c fixing the railing withnecessary accessories & stainless steel dashfasteners , stainless steel bolts etc., of requiredsize, on the top of the floor or the side of waist

slab with suitable arrangement as per approval ofEngineer-in-charge, (for payment purpose only

weight of stainless steel members shall beconsidered excluding fixing accessories such asnuts, bolts, fasteners etc.).

2570 kg 625.22 1606815.00

9 FLOORING

9.1 Cement concrete flooring 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate) finished

with a floating coat of neat cement, includingcement slurry, but excluding the cost of nosing of

steps etc. complete.

9.1.1 40 mm thick with 20 mm nominal size stone

aggregate 15 sqm 479.90 7199.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

133

Chequerred precast cement concrete tiles 22 mm9.2

thick in footpath & courtyard, jointed with neatcement slurry mixed with pigment to match theshade of tiles, including rubbing and cleaning etc.

complete, on 20 mm thick bed of cement mortar1:4 (1 cement: 4 coarse sand).

9.2.1 Dark shade pigment using ordinary cement 400 sqm 948.09 379236.00

9.3 Kota stone slab flooring over 20 mm (average)

thick base laid over and jointed with grey cementslurry mixed with pigment to match the shade ofthe slab, including rubbing and polishingcomplete with base of cement mortar 1 : 4 (1cement : 4 coarse sand) :

9.3.1 25 mm thick 69 sqm 1532.75 105760.00

9.4 Granite stone slabs 20 mm thick in risers of

steps, skirting, dado and pillars laid on 12 mm(average) thick cement mortar 1:3 (1 cement: 3

coarse sand) and jointed with grey cement slurrymixed with pigment to match the shade of theslabs, including rubbing and polishing complete.

16 sqm 1576.62 25226.00

9.5. Providing and fixing Ist quality ceramic glazed

wall tiles conforming to IS: 15622 (thickness to bespecified by the manufacturer), of approved

make, in all colours, shades except burgundy,bottle green, black of any size as approved byEngineer-in-Charge, in skirting, risers of stepsand dados, over 12 mm thick bed of cementmortar 1:3 (1 cement : 3 coarse sand) andjointing with grey cement slurry @ 3.3kg per sqm,

including pointing in white cement mixed withpigment of matching shade complete.

891 sqm 985.74 878294.00

9.6. Providing and laying Ceramic glazed floor tiles of

size 300x300 mm (thickness to be specified by

the manufacturer) of 1st quality conforming to IS :15622 of approved make in colours such asWhite, Ivory, Grey, Fume Red Brown, laid on 20

mm thick cement mortar 1:4 (1 Cement : 4Coarse sand), including pointing the joints with

white cement and matching pigment etc.,

complete. 228 sqm 911.03 207715.00

9.7. Providing and laying vitrified floor tiles in differentsizes (thickness to be specified by the

manufacturer) with water absorption less than0.08% and conforming to IS: 15622, of approvedmake, in all colours and shades, laid on 20mmthick cement mortar 1:4 (1 cement : 4 coarsesand), including grouting the joints with white

cement and matching pigments etc., complete.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

134

9.7.1 Size of Tile 600x600 mm 1422 sqm 1481.53 2106736.00

9.8. Providing and laying Vitrified tiles in different

sizes (thickness to be specified by manufacturer),with water absorption less than 0.08 % andconforming to I.S. 15622, of approved make, in allcolours & shade, in skirting, riser of steps, over12 mm thick bed of cement mortar 1:3 (1 cement:3 coarse sand), including grouting the joint with

white cement & matching pigments etc. complete.

9.8.1 Size of Tile 600x600 mm 239 sqm 1502.44 359083.00

9.9. Crazy ceramic tile flooring, with under layer 12

mm thick cement mortar 1:4 (1 cement: 4 coarsesand), with joints not exceeding 5 mm, includingfilling the gaps with ordinary cement mixture &

mixing with synthetic polyester fibre, triangular inshape having specific gravity of 1.34 to 1.40,cross section size ranging from 10 to 40 micron &length upto 6 mm , mixing fibre @ 125 grams per50 kg of cement in cement mortar, includingproviding and mixing water proofing material in

mortar @ 1 kg per 50 kg of cement, all completeas per direction of Engineer-in-charge.

150 sqm 630.78 94617.00

10 ROOFING

Making khurras 45x45 cm with average minimum

thickness of 5 cm cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stoneaggregate of 20 mm nominal size) over P.V.C.

10.1 sheet 1 m x1 m x 400 micron, finished with 12mm cement plaster 1:3 (1 cement : 3 coarse

sand) and a coat of neat cement, rounding theedges and making and finishing the outlet

complete. 30 each 248.29 7449.00

10.2 Providing and fixing on wall face unplasticised

Rigid PVC rain water pipes conforming to IS :13592 Type A, including jointing with seal ring

conforming to IS : 5382, leaving 10 mm gap forthermal expansion, (i) Single socketed pipes.

10.2.1 110 mm diameter 456 metre 312.81 142641.00

10.3 Providing and fixing on wall face unplasticised -

PVCmouldedfittings/accessoriesforunplasticised Rigid PVC rain water pipesconforming to IS : 13592 Type A, includingjointing with seal ring conforming to IS : 5382,

leaving 10 mm gap for thermal expansion.

10.3.1 Coupler

10.3.1.1 110 mm 20 each 135.86 2717.00

10.3.2 Bend 87.5°

10.3.2.1 110 mm bend 30 each 149.69 4491.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

135

10.3.3 Shoe (Plain)

10.3.3.1 110 mm Shoe 30 each 129.70 3891.00

10.4 Providing and fixing unplasticised -PVC pipe clips

of approved design to unplasticised - PVC rain

water pipes by means of 50x50x50 mm hardwood plugs, screwed with M.S. screws ofrequired length, including cutting brick work andfixing in cement mortar 1:4 (1 cement : 4 coarsesand) and making good the wall etc. complete.

10.4.1 110 mm 229 each 240.08 54978.00

10.5 Providing and fixing to the inlet mouth of rain

water pipe cast iron grating 15 cm diameter andweighing not less than 440 grams.

30 each 54.13 1624.00

11 FINISHING

11.1 12 mm cement plaster of mix :

11.1.1 1:6 (1 cement: 6 fine sand) 6550 sqm 222.68 1458554.00

11.2 15 mm cement plaster on the rough side of single

or half brick wall of mix :

11.2.1 1:6 (1 cement: 6 fine sand) 6550 sqm 257.55 1686953.00

11.3. 6 mm cement plaster of mix :

11.3.1 1:3 (1 cement : 3 fine sand) 6235 sqm 190.32 1186645.00

11.4. Neat cement punning. 110 sqm 56.38 6202.00

11.5. Extra for plastering exterior walls of height more

than 10 m from ground level for every additionalheight of 3 m or part thereof.

900 sqm 53.80 48420.00

11.6. Providing and applying plaster of paris putty of 2mm thickness over plastered surface to prepare

the surface even and smooth complete.16351 sqm 157.10 2568742.00

11.7. Distempering with 1st quality acrylic distemper

(ready mixed) of approved manufacturer, ofrequired shade and colour complete, as permanufacturer's specification.

11.7.1 Two or more coats on new work 8661 sqm 70.34 609215.00

11.8. Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of requiredshade:

11.8.1 New work (Two or more coats applied @ 1.43

ltr/10 sqm over and including priming coat of

exterior primer applied @ 2.20 kg/10 sqm)2874 sqm 128.11 368188.00

11.9. Painting (two or more coats) on rain water, soil,

waste and vent pipes and fittings with syntheticenamel paint of approved brand and manufactureand required colour over a priming coat of

approved steel primer on new work.

11.9.1 100 mm diameter pipes 540 metre 53.67 28982.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

136

11.10. Providing and applying white cement based puttyof average thickness 1 mm, of approved brandand manufacturer, over the plastered wall surfaceto prepare the surface even and smooth

complete. 2874 sqm 115.61 332263.00

11.11 Wall painting with premium acrylic emulsion paint

of interior grade, having VOC (Volatile OrganicCompound ) content less than 50 grams/ litre ofapproved brand and manufacture, including

applying additional coats wherever required toachieve even shade and colour.

11.11.1 Two coats 7690 Sqm 93.97 722629.00

11.12. Painting with synthetic enamel paint, having VOC

(Volatile Organic Compound) content less than

150 grams/ litre, of approved brand andmanufacture, including applying additional coatswherever required to achieve even shade and

colour.

11.12.1 Two coats 627 sqm 99.26 62236.00

11.13. Applying priming coats with primer of approved

brand and manufacture, having low VOC (VolatileOrganic Compound ) content.

11.13.1. With water thinnable cement primer on wall

surface having VOC content less than 50

grams/litre16351 sqm 48.90 799564.00

12 ROAD WORK

12.1 Preparation and consolidation of sub grade with

power road roller of 8 to 12 tonne capacity afterexcavating earth to an average of 22.5 cm depth,dressing to camber and consolidating with road

roller including making good the undulations etc.and re-rolling the sub grade and disposal of

surplus earth with lead upto 50 metres.1850 sqm 119.25 220613.00

12.2 Supplying and stacking at site.

12.2.1 90 mm to 45 mm size stone aggregate 250 cum 1768.26 442065.00

12.2.2 63 mm to 45 mm size stone aggregate 195 cum 1918.15 374039.00

12.2.3 53 mm to 22.4 mm size stone aggregate 195 cum 2041.17 398028.00

12.2.4 Stone screening 13.2 mm nominal size (Type A) 85 cum 1992.66 169376.00

12.2.5 Stone screening 11.2 mm nominal size (Type B) 30 cum 1935.02 58051.00

12.2.6 Moorum 65 cum 851.28 55333.00

12.3 Laying, spreading and compacting stone

aggregateofspecifiedsizestoWBM

specifications in uniform thickness, hand picking,rolling with 3 wheeled road / vibratory roller 8-10

tonne capacity in stages to proper grade andcamber, applying and brooming requisite type ofscreening / binding material to fill up interstices ofcoarse aggregate, watering and compacting to

the required density . 463 cum 594.38 275198.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

137

Providing and applying tack coat using hot12.4

straight run bitumen of grade VG - 10, includingheating the bitumen, spraying the bitumen withmechanically operated spray unit fitted on

bitumen boiler, cleaning and preparing theexisting road surface as per specifications :

12.4.1 On W.B.M. @ 0.75 Kg I sqm 850 sqm 48.18 40953.00

12.5 2.5 cm premix carpet surfacing with 2.25 cum and

1.12 cum of stone chippings of 13.2 mm and 11.2mm size respectively per 100 sqm and 52 kg and56 kg of hot bitumen per cum of stone chippingsof 13.2 mm and 11.2 mm size respectively,including a tack coat with hot straight run

bitumen, including consolidation with road rollerof 6 to 9 tonne capacity etc. complete (tack coat

to be paid for separately).

12.5.1 With paving Asphalt grade VG - 30 with no

solvent 850 sqm 222.15 188828.00

12.6. Providing, laying and making kerb channel 30 cm

wide and 50 mm thick with cement concrete 1:3:6(1 cement: 3 coarse sand:6 graded stone

aggregate 20 mm nominal size) over 75mm bedof dry brick ballast 40 mm nominal size, well

rammed and consolidated and grouted with finesand, including finishing the top smooth etc.complete and as per direction of Engineer-in-

charge.170 sqm 505.64 85959.00

12.7. Providing and laying at or near ground level

factory made kerb stone of M-25 grade cementconcrete in position to the required line, level and

curvature, jointed with cement mortar 1:3 (1cement: 3 coarse sand), including making jointswith or without grooves (thickness of joints exceptat sharp curve shall not to more than 5mm),including making drainage opening wherever

required complete etc. as per direction ofEngineer-in-charge (length of finished kerbedging shall be measured for payment). (PrecastC.C. kerb stone shall be approved by Engineer-in-charge).

17 cum 6634.24 112782.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

138

Providing and laying factory made chamfered12.8.

edge Cement Concrete paver blocks In foot path,park & lawns driveway or light & traffic parkingetc. of required strength, thickness & size/ shape,

made by table vibratory method using PU mould,laid in required colour & pattern over 50mm thickcompacted bed of course sand, compacting andproper embedding/laying of inter locking paverblocks into thesand bedding layer throughvibratory compaction by using plate vibrator,

filling the joints with sand and cutting of paverblocks as per required size and pattern, finishing

and sweeping extra sand, all complete as permanufacturer's specifications & direction of

Engineerin- Charge.

12.8.1 60mm thick Cement concrete paver block of M-35

grade with approved colour, design & pattern.

1000 cum 1000.76 1000760.00

13 SANITARY INSTALLATIONS

13.1 Providing and fixing water closet squatting pan

(Indian type W.C. pan ) with 100 mm sand castIron P or S trap, 10 litre low level white P.V.C.flushing cistern, including flush pipe, with

manually controlled device (handle lever)conforming to IS : 7231, with all fittings and

fixtures complete, including cutting and makinggood the walls and floors wherever required:

13.1.1 White Vitreous china Orissa pattern W.C. pan ofsize 580x440 mm with integral type foot rests 4 each 4624.57 18498.00

13.2 Providing and fixing white vitreous china pedestal

type water closet (European type) with seat andlid, 10 litre low level white vitreous china flushingcistern & C.P. flush bend with fittings & C.I.brackets,40 mm flushbend,overflowarrangement with specials of standard make and

mosquito proof coupling of approved municipaldesign complete, including painting of fittings and

brackets, cutting and making good the walls andfloors wherever required :

13.2.1 W.C. pan with ISI marked white solid plastic seat

and lid 46 each 6079.83 279672.00

13.3 Providing and fixing white vitreous china flat backhalf stall urinal of size 580x380x350 mm with

white PVC automatic flushing cistern, with fittings,standard size C.P. brass flush pipe, spreaders

with unions and clamps (all in C.P. brass) withwaste fitting as per IS : 2556, C.I. trap with outletgrating and other couplings in C.P. brass,including painting of fittings and cutting andmaking good the walls and floors wherever

required :

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

139

13.3.1 Single half stall urinal with 5 litre P.V.C. automaticflushing cistern 4 each 8189.02 32756.00

13.3.2 Range of two half stall urinals with 5 litre P.V.C.

automatic flushing cistern 10 each 12331.84 123318.00

13.4 Providing and fixing wash basin with C.I.

brackets, 15 mm C.P. brass pillar taps, 32 mmC.P. brass waste of standard pattern, including

painting of fittings and brackets, cutting andmaking good the walls wherever require:

13.4.1 White Vitreous China Wash basin size 550x400

mm with a pair of 15 mm C.P. brass pillar taps 50 each 2773.13 138657.00

13.5 Providing and fixing Stainless Steel A ISi 304

(18/8) kitchen sink as per IS: 13983 with C.I.

brackets and stainless steel plug 40 mm,including painting of fittings and brackets, cutting

and making good the walls wherever required :

13.5.1 Kitchen sink with drain board

13.5.1.1 510x1040 mm bowl depth 250 mm 5 each 5453.88 27269.00

13.6 Providing and fixing P.V.C. waste pipe for sink orwash basin including P.V.C. waste fittings

complete.

13.6.1 Flexible

13.6.1.1 32 mm dia 55 each 96.95 5332.00

13.7 Providing and fixing 600x450 mm beveled edgemirror of superior glass (of approved quality)

complete with 6 mm thick hard board groundfixed to wooden cleats with C.P. brass screws

and washers complete. 50 each 1082.56 54128.00

13.8 Providing and fixing toilet paper holder :

13.8.1 C.P. brass 46 each 510.01 23460.00

13.9 Providing and fixing soil, waste and vent pipes :

13.9.1 100 mm dia

13.9.1.1 Centrifugally cast (spun) iron socket & spigot(S&S) pipe as per IS: 3989 602 metre 1219.80 734320.00

13.10 Providing and fixing M.S. holder-bat clamps of

approved design to Sand Cast iron/cast iron

(spun) pipe embedded in and including cementconcrete blocks 10x10x10 cm of 1:2:4 mix (1cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size), including cost of

cutting holes and making good the walls etc. :

13.10.1 For 100 mm dia pipe 160 each 221.49 35438.00

13.11 Providing and fixing bend of required degree with

access door, insertion rubber washer 3 mm thick,bolts and nuts complete.

13.11.1 100 mm dia

13.11.1.1 Sand cast iron S&S as per IS - 3989 64 each 509.42 32603.00

13.12 Providing and fixing plain bend of required

degree.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

140

13.12.1 100 mm dia

13.12.1.1 Sand cast iron S&S as per IS : 3989 144 each 443.31 63837.00

13.13 Providing and fixing heel rest sanitary bend

13.13.1 100 mm dia

13.13.1.1 Sand cast iron S&S as per IS - 3989 26 each 490.95 12765.00

13.14 Providing and fixing single equal plain junction of

required degree with access door, insertionrubber washer 3 mm thick, bolts and nutscomplete.

13.14.1 100x100x100 mm

13.14.1.1 Sand cast iron S&S as per IS - 3989 66 each 824.54 54420.00

13.15 Providing and fixing single equal plain junction of

required degree with access door, insertionrubber washer 3 mm thick, bolts and nutscomplete.

13.15.1 100x100x100 mm

13.15.1.1 Sand cast iron S&S as per IS - 3989 155 each 761.54 118039.00

13.16 Providing and fixing terminal guard :

13.16.1 100 mm

13.16.1.1 Sand cast iron S&S as per IS - 3989 44 each 441.78 19438.00

13.17 Providing lead caulked joints to sand cast

iron/centrifugally cast (spun) iron pipes andfittings of diameter :

13.17.1 100 mm 400 each 410.22 164088.00

13.18 Providing and fixing M.S. stays and clamps for

sand cast iron/ centrifugally cast (spun) iron pipesof diameter :

13.18.1 100 mm 40 each 82.06 3282.00

13.19 Providing and fixing trap of self cleansing design

with screwed down or hinged grating with orwithout vent arm complete, including cost ofcutting and making good the walls and floors :

13.19.1 100 mm inlet and 100 mm outlet

13.19.1.1 Sand cast iron S&S as per IS: 3989 96 each 1369.09 131433.00

13.20 Painting sand cast iron/ centrifugally cast (spun)

iron soil, waste vent pipes and fittings with twocoats of synthetic enamel paint of any coloursuch as chocolate grey, or buff etc. over a coat of

primer (of approved quality) for ew work :

13.20.1 100 mm diameter pipe 540 metre 53.80 29052.00

13.21 Providing and fixing PTMT liquid soap container

109 mm wide, 125 mm high and 112 mmdistance from wall of standard shape with bracketof the same materials with snap fittings of

approved quality and colour, weighing not less

than 105 gms. 46 each 182.44 8392.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

141

Providing and fixing PTMT towel ring trapezoidal13.22

shape 215 mm long, 200 mm wide with minimumdistances of 37 mm from wall face with concealedfittings arrangement of approved quality and

colour, weighing not less than 88 gms.59 each 261.46 15426.00

13.23 Providing and fixing PTMT shelf 440 mm long,

124 mm width and 36 mm height of approvedquality and colour, weighing not less than 300gms.

59 each 622.51 36728.00

14 WATER SUPPLY

14.1 Providing and fixing Polyethelene-Aluminium-

Polyethelene (PE-AL-PE) Composite PressurePipes conforming to IS - 15450, U.V. stabilizedwith carbon black having thermal stability for hot

& cold water supply, capable to withstandtemperature up to 80°C, including all special

fittings of composite material (engineering plasticblend and brass inserts wherever required) e.g.

elbows, tees, reducers, couplers & connectorsetc., with clamps at 1.00 metre spacing. Thisincludes testing of joints complete as per direction

of the Engineer in chargeINTERNAL WORK - EXPOSED ON WALL

14.1.1 2025 (25 mm OD) pipe 182 metre 350.07 63713.00

14.1.2 2532 (32 mm OD) pipe 120 metre 462.50 55500.00

14.1.3 4050 (50 mm OD) pipe 82 metre 849.95 69696.00

14.2 Providing and fixing Polyethelene-Aluminium-

Polyethelene (PEALPE) Composite PressurePipes conforming to IS - 15450, U.V. stabilized

with carbon black having thermal stability for hot& cold water supply, capable to withstand

temperature up to 80°C, including all specialfittings of composite material (engineering plasticblend and brass inserts wherever required) e.g.

elbows, tees, reducers, couplers & connectorsetc., with clamps at 1.00 metre spacing. This

includes the costs of cutting chases and includingtesting of joints complete as per direction of theengineer in charge.

CONCEALED WORK, including cutting chasesand making good the wall etc.

14.2.1 1620 (20 mm OD) pipe 371 metre 441.52 163804.00

14.2.2 2025 (25 mm OD) pipe 166 metre 527.61 87583.00

14.3 Providing and fixing G.I. pipes complete with G.I.

fittings including trenching and refilling etc.External work

14.3.3 65 mm dia nominal bore 196 metre 597.82 117173.00

14.4. Providing and fixing gun metal gate valve with

C.I. wheel of approved quality (screwed end) :

14.4.1 25 mm nominal bore 8 each 566.72 4534.00

Correction. Nil Deletion.. Nil Insertion.. Nil

Overwriting.. Nil AE (P), EE (P-II), AE(E) (P),EE(E) (P)

142

14.4.2 32 mm nominal bore 10 each 662.74 6627.00

14.4.3 65 mm nominal bore 4 each 1703.08 6812.00

14.5. Providing and fixing ball valve (brass) of

approved quality, High or low pressure, with

plastic floats complete :

14.5.1 25 mm nominal bore 21 each 439.34 9226.00

14.6. Providing and fixing uplasticised PVC connection

pipe with brass unions :

14.6.1 45 cm length

14.6.1.1 15 mm nominal bore 92 each 89.73 8255.00

14.7. Providing and laying S&S centrifugally cast

(spun) iron pipes (Class LA) conforming to IS -1536 :

14.7.1 100 mm dia pipe 120 metre 1427.06 171247.00

14.8. Providing and fixing C.I. sluice valves (with cap)

complete with bolts, nuts, rubber insertions etc.(the tail pieces if required will be paid separately):

14.8.1 100 mm diameter

14.8.1.1 Class II 2 each 4883.38 9767.00

14.9. Constructing masonry Chamber 30x30x50 cm

inside, in brick work in cement mortar 1:4 (1cement :4 coarse sand) for stop cock, with C. I.surface box 100x100 x75 mm (inside) with hingedcover fixed in cement concrete slab 1:2:4 mix (1

cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size), i/c necessaryexcavation, foundation concrete 1:5:10 ( 1cement : 5 fine sand : 10 graded stone aggregate40mm nominal size ) and inside plastering withcement mortar 1:3 (1 cement : 3 coarse sand)

12mm thick, finished with a floating coat of neatcement complete as per standard design :

14.9.1 With common burnt clay F.P.S.(non modular)

bricks of class designation 7.5 4 each 1582.05 6328.00

14.10. Constructing masonry Chamber 90x90x100 cm

inside, in brick work in cement mortar 1:4 (1cement : 4 coarse sand) for sluice valve, with C.I.

surface box 100 mm top diameter, 160 mmbottom diameter and 180 mm deep (inside) withchained lid and RCC top slab 1:2:4 mix (1 cement

: 2 coarse sand : 4 graded stone aggregate 20mm nominal size ), i/c necessary excavation,

foundation concrete 1:5:10 (1 cement : 5 finesand : 10 graded stone aggregate 40 mmnominal size ) and inside plastering with cementmortar 1:3 (1 cement : 3 coarse sand) 12 mmthick, finished with a floating coat of neat cement

complete as per standard design :

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

143

14.10.1 With common burnt clay F.P.S.(non modular)bricks of class designation 7.5 2 each 15673.88 31348.00

14.11 Painting G.I. pipes and fittings with two coats of

anti-corrosive bitumastic paint of approved quality:

14.11.1 65 mm diameter pipe 216 metre 24.15 5216.00

14.12 Providing and filling sand of grading zone V or

coarser grade, allround the G.I. pipes in external

work :

.14.12.1 65 mm diameter pipe 216 metre 156.57 33819.00

14.13. Providing and fixing G.I. Union in G.I. pipe

including cutting and threading the pipe andmaking long screws etc. complete (New work) :

14.13.1 65 mm nominal bore 10 each 816.86 8169.00

14.14. Providing and placing on terrace (at all floor

levels) polyethylene water storage tank, ISi :12701 marked, with cover and suitable lockingarrangement and making necessary holes for

inlet, outlet and overflow pipes but without fittingsand the base support for tank. 30000 per litre 9.60 288000.00

14.15. Providing and fixing C.P. brass bib cock of

approved quality conforming to IS:8931 :

14.15.1 15 mm nominal bore 52 each 491.94 25581.00

14.16. Providing and fixing C.P. brass long nose bib

cock of approved quality conforming to ISstandards and weighing not less than 810 gms.

14.16.1 15 mm nominal bore 76 each 734.94 55855.00

14.17. Providing and fixing C.P. brass angle valve for

basin mixer and geyser points of approved qualityconforming to IS:8931 a) 15 mm nominal bore

14.17.1 15mm nominal bore 125 each 629.59 78699.00

14.18. Providing and fixing PTMT grating of approved

quality and colour.

14.18.1 Rectangular type with openable circular lid

14.19. 150 mm nominal size square 100 mm diameter ofthe inner hinged round grating 84 each 198.59 16682.00

14.20. Providing and fixing PTMT soap Dish Holderhaving length of 138mm, breadth 102mm, height

of 75mm with concealed fitting arrangements,weighing not less than 106 gms.

50 each 148.63 7432.00

15 DRAINAGE

15.1 Providing, laying and jointing glazed stonewarepipes class SP-1 with stiff mixture of cement

mortar in the proportion of 1:1 (1 cement : 1 finesand) including testing of joints etc. complete :

15.1.2 150 mm diameter 200 metre 432.85 86570.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

144

Providing and laying cement concrete 1:5:10 (115.2

cement : 5 coarse sand : 10 graded stoneaggregate 40 mm nominal size) all-round S.W.pipes including bed concrete as per standard

design :

15.2.2 150 mm diameter S.W. pipe 200 metre 1008.31 201662.00

15.3 Providing and fixing square-mouth S.W. gully trap

class SP-1 complete with C.I. grating brick

masonry chamber with water tight C.I. cover withframe of 300 x300 mm size (inside) the weight of

cover to be not less than 4.50 kg and frame to benot less than 2.70 kg as per standard design:

15.3.1 100x100 mm size P type

15.3.1.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 14 each 2120.78 29691.00

15.4 Providing and laying non-pressure NP2 class

(light duty) R.C.C. pipes with collars jointed withstiff mixture of cement mortar in the proportion of1:2 (1 cement : 2 fine sand) including testing ofjoints etc. complete :

15.4.1 250 mm dia. R.C.C. pipe 90 metre 637.99 57419.00

15.4.2 300 mm dia. R.C.C. pipe 120 metre 686.30 82356.00

15.5 Constructing brick masonry manhole in cement

mortar 1:4 ( 1 cement : 4 coarse sand ) with

R.C.C. top slab with 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm

nominal size), foundation concrete 1:4:8 mix (1cement : 4 coarse sand : 8 graded stone

aggregate 40 mm nominal size), inside plastering12 mm thick with cement mortar 1:3 (1 cement : 3coarse sand) finished with floating coat of neatcement and making channels in cement concrete1:2:4 (1 cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size) finished with a

floating coat of neat cement complete as perstandard design :

15.5.1 Inside size 90x80 cm and 45 cm deep including

C.I. cover with frame (light duty) 455x610 mminternal dimensions, total weight of cover andframe to be not less than 38 kg (weight of cover23 kg and weight of frame 15 kg) :

15.5.1.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 16 each 11427.23 182836.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

145

Constructing brick masonry manhole in cement15.6

mortar 1:4 ( 1 cement : 4 coarse sand ) withR.C.C. top slab with 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm

nominal size), foundation concrete 1:4:8 mix (1cement : 4 coarse sand : 8 graded stoneaggregate 40 mm nominal size), inside plastering12 mm thick with cement mortar 1:3 (1 cement : 3coarse sand) finished with floating coat of neatcement and making channels in cement concrete

1:2:4 (1 cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size) finished with a

floating coat of neat cement complete as perstandard design :

15.6.1 Inside size 120x90 cm and 90 cm deep including

C.I. cover with frame (medium duty) 500 mminternal diameter, total weight of cover and frameto be not less than 116 kg (weight of cover 58 kg

and weight of frame 58 kg) :

15.6.1.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 7 each 24382.05 170674.00

15.7 Extra for depth for manholes :

15.7.1 Size 90x80 cm

15.7.1.1 With common burnt clay F.P.S. (non modular)bricks of class designation 7.5 8 metre 7568.57 60549.00

15.7.2 Size 120x90 cm

15.7.2.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5

4 metre 9066.90 36268.00

15.8 Providing orange colour safety foot rest of

minimum 6 mm thick plastic encapsulated as perIS : 10910, on 12 mm dia steel bar conforming to

IS: 1786, having minimum cross section as 23mmx25 mm and over all minimum length 263 mmand width as 165 mm with minimum 112 mmspace between protruded legs having 2 mm tread

on top surface by ribbing or chequering besidesnecessary and adequate anchoring projectionson tail length on 138 mm as per standard drawingand suitable to with stand the bend test and

chemical resistance test as per specifications andhaving manufacture's permanent identification

mark to be visible even after fixing, includingfixing in manholes with 30x20x15 cm cementconcrete block 1:3:6 (1 cement : 3 coarse sand :

6 graded stone aggregate 20 mm nominal size)complete as per design.

20 each 433.98 8680.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

146

Providing and fixing in position precast R.C.C.15.9

Manhole cover and frame.

15.10. L D- 2.5

15.10.1 Rectangular shape 600x450 mm internal

dimensions8 each 1420.18 11361.00

15.11 Making soak pit 2.5 m diameter 3.0 metre deep

with 45 x 45 cm dry brick honey comb shaft withbricks and S.W. drain pipe 100 mm diameter, 1.8

m long complete as per standard design.

15.11.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.53 each 27372.03 82116.00

16 ALUMINIUM WORK

16.1 Providing and fixing aluminium work for doors,

windows, ventilators and partitions with extrudedbuilt up standard tubular sections/ appropriate Zsections and other sections of approved make

conforming to IS: 733 and IS: 1285, fixing withdash fasteners of required dia and size, includingnecessary filling up the gaps at junctions, i.e. attop, bottom and sides with required EPDMrubber/ neoprene gasket etc. Aluminium sectionsshall be smooth, rust free, straight, mitred and

jointed mechanically wherever required includingcleat angle, Aluminium snap beading for glazing /

paneling, C.P. brass / stainless steel screws, allcomplete as per architectural drawings and the

directionsofEngineer-in-charge. (Glazing,paneling and dash fasteners to be paid for

separately) :

16.1.1 For fixed portion

16.1.1.1 Anodised aluminium (anodised transparent or

dyed to required shade according to IS: 1868,

Minimum anodic coating of grade AC 15)2510 kg 470.11 1179976.00

16.1.2 For shutters of doors, windows & ventilatorsincluding providing and fixing hinges/ pivots and

making provision for fixing of fittings whereverrequired including the cost of EPDM rubber /

neoprene gasket required (Fittings shall be paidfor separately)

16.1.2.1 Anodised aluminium (anodised transparent or

dyed to required shade according to IS: 1868,

Minimum anodic coating of grade AC 15)2203 kg 549.32 1210152.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

147

Providing and fixing 12 mm thick prelaminated16.2

particle board flat pressed three layer or gradedwood particle board conforming to IS: 12823Grade l Type ll, in panelling fixed in aluminum

doors, windows shutters and partition frames withC.P. brass / stainless steel screws etc. completeas per architectural drawings and directions ofengineer-in-charge.

16.2.1 Pre-laminated particle board with decorative

lamination on both sides 10 sqm 1146.95 11470.00

16.3 Providing and fixing glazing in aluminium door,window, ventilator shutters and partitions etc. with

EPDM rubber / neoprene gasket etc. complete asper the architectural drawings and the directions

of engineer-in-charge . (Cost of aluminium snapbeading shall be paid in basic item):

16.3.1 With float glass panes of 4.0 mm thickness

529 sqm 981.38 519150.00

16.3.2 With float glass panes of 5.50 mm thickness

10 sqm 1328.73 13287.00

16.4 Providing and fixing double action hydraulic floor

spring of approved brand and manufactureconforming to IS : 6315, having brand logo

embossed on the body / plate with double springmechanism and door weight upto 125 kg, fordoors, including cost of cutting floors, embeddingin floors as required and making good the samematching to the existing floor finishing and coverplates with brass pivot and single piece M.S.

sheet outer box with slide plate etc. complete asper the direction of Engineer-in-charge.

16.4.1 With stainless steel cover plate minimum 1.25

mm thickness20 each 2719.00 54380.00

16.5 Providing and fixing stainless steel (SS 304

grade) adjustable friction windows stays ofapproved quality with necessary stainless steelscrews etc. to the side hung windows as perdirection of Engineer-in-charge complete.

16.5.1 255 X 19 mm1520 each 356.88 542458.00

16.6 Providing and fixing 100mm brass locks (best

make of approved quality) for aluminium doorsincluding necessary cutting and making good etc.complete.

5 each 475.14 2376.00

16.7 Providing and fixing aluminium round shape

handle of outer dia 100 mm with SS screws etc.complete as per direction of Engineer-in-charge

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

148

16.7.1 Anodized (AC 15 ) aluminium

14 each 82.72 1158.00

17 WATER PROOFING

17.1 Providing and laying integral cement basedtreatment for water proofing on horizontal surface

at all depth below ground level for under groundstructures as directed by Engineer-in-Charge andconsisting of :

i) Ist layer of 22 mm to 25 mm thick approved andspecified rough stone slab over a 25 mm thick

base of cement mortar 1:3 (1 cement : 3 coarsesand) mixed with water proofing compoundconforming to IS:2645 in the recommendedproportion over the leveling course (levelingcourse to be paid separately). Joints sealed and

grouted with cement slurry mixed with waterproofing compound.

ii) 2nd layer of 25 mm thick cement mortar 1:3 (1cement: 3 coarse sand) mixed with water proofingcompound in recommended proportions.iii) Finishing top with stone aggregate of 10 mm to

12 mm nominal size spreading @ 8 cudm/sqmthoroughly embedded in the 2nd layer.

17.1.1 Using rough kota stone. 70 sqm 1346.73 94271.00

17.2 Providing and laying integral cement based

treatment for water proofing on the verticalsurface by fixing specified stone slab 22 mm to25 mm thick with cement slurry mixed with waterproofing compound conforming to IS:2645 in

recommended proportions with a gap of 20 mm(minimum) between stone slabs and the receivingsurfaces and filling the gaps with neat cementslurry mixed with water proofing compound and

finishing the exterior of stone slab with cementmortar 1:3 (1 cement : 3 coarse sand) 20 mm

thick with neat cement punning mixed with waterproofing compound in recommended proportioncomplete at all levels and as directed by

Engineer-in-charge :

17.2.1 Using rough kota stone. 70 sqm 1658.74 116112.00

17.3 Providing and laying water proofing treatment in

sunken portion of WCs, bathroom etc., by applyingcement slurry mixed with water proofing cement

compound consisting of applying :

a) First layer of slurry of cement @ 0.488 kg/sqm

mixed with water proofing cement compound @ 0.253kg/ sqm. This layer will be allowed to air cure for 4

hours.b) Second layer of slurry of cement @ 0.242 kg/sqm

mixed with water proofing cement compound @ 0.126

kg/sqm. This layer will be allowed to air cure for 4hours followed with water curing for 48 hours.

The rate includes preparation of surface, treatment 253 sqm 394.80 99884.00

Correction. Nil Deletion.. Nil

Insertion.. NilOverwriting.. Nil

AE (P), EE (P-II), AE(E) (P),EE(E) (P)

149

and sealing of all joints, corners, junctions of pipes and

masonry with polymer mixed slurry.

17.4 Providing and laying integral cement based waterproofing treatment including preparation ofsurface as required for treatment of roofs,

balconies, terraces etc consisting of followingoperations:a) Applying a slurry coat of neat

cement using 2.75 kg/sqm of cement admixedwith water proofing compound conforming to IS.

2645 and approved by Engineer-in-charge overthe RCC slab including adjoining walls upto 300

mm height including cleaning the surface beforetreatment.b) Laying brick bats with mortar usingbroken bricks/brick bats 25 mm to 115 mm sizewith 50% of cement mortar 1:5 (1 cement : 5coarse sand) admixed with water proofingcompound conforming to IS : 2645 and approved

by Engineer-in-charge over 20 mm thick layer ofcement mortar of mix 1:5 (1 cement :5 coarse

sand ) admixed with water proofing compoundconforming to IS : 2645 and approved by

Engineer-in-charge to required slope and treatingsimilarly the adjoining walls upto 300 mm heightincluding rounding of junctions of walls andslabs.c) After two days of proper curing applyinga second coat of cement slurry using 2.75 kg/sqm of cement admixed with water proofing

compound conforming to IS : 2645 and approvedby Engineer-in-charge.d) Finishing the surface

with 20 mm thick jointless cement mortar of mix1:4 (1 cement :4 coarse sand) admixed withwater proofing compound conforming to IS : 2645

and approved by Engineer-in-charge includinglaying glass fibre cloth of approved quality in top

layer of plaster and finally finishing the surfacewith trowel with neat cement slurry and making

pattern of 300x300 mm square 3 mm deep.e) Thewhole terrace so finished shall be flooded withwater for a minimum period of two weeks forcuring and for final test.All above operations to bedone in order and as directed and specified by

the Engineer-in-Charge :

17.4.1 With average thickness of 120 mm and minimum

thickness at khurra as 65 mm. 765 sqm 1369.36 1047560.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

150

18 NEW TECHNOLOGIES AND MATERIALS

18.1 Providing and fixing mineral fibre false ceiling tiles

at all heights of size 595x595 mm of approvedtexture, design and pattern. The tiles should havehumidity Resistance (RH) of 99%, LightReflectance >_ 85%, Thermal Conductivity k =0.052 - 0.057 w/m K, Fire Performance as per(BS 476 pt- 6 & 7 ) in true horizontal level

suspended on interlocking T-Grid of hot dipped allround galvanized iron section of 0.33 m thick (

galvanized @ 120 gsm) comprising of main Trunners of 15x32 mm of lenght 3000 mm, cross T

of size 15x32 mm of lenght 1200 mm andsecondary intermediate cross T of size 15x32 mmof lenght 600 mm to form grid module of size600x600 mm suspended from ceiling usinggalvanized mild steel item (galvanised @ 80 gsm)50 mm long 8 mm outer diameter M-6 dash

fasteners, 6 mm diameter fully threaded hangerrod upto 1000 mm lenght and L-shape leveladjuster of size 85x25x2 mm, spaced at 1200 mmcentre to centre along main 'T'. The system

should rest on periphery walls/ partitions with thehelp of GI perimeter wall angle of size

24x24x3000 mm made of 0.40 mm thick sheet, tobe fixed to the wall with help of plastic rawl plugat 450 mm centre to centre & 40 mm long dry wall

S.S. screws. The exposed bottom portion of all T-sections used in false ceiling support system shall

be precarried out as pe specifications, drawingsand as per directions of the engineer-in-charge.

18.1.1 With 20 mm thick beveled tegularmineral fibre

false ceiling tile (NRC 0.7) 525 cum 2360.86 1239452.00

19 RAIN WATER HARVESTING & TUBEWELLS.

19.1. Boring/drilling bore well of required dia for casing/

strainer pipe, by suitable method prescribed in IS:2800 (part I), including collecting samples from

different strata, preparing and submitting stratachart/ bore log, including hire & running chargesof all equipments, tools, plants & machineriesrequired for the job, all complete as per direction

of Engineer-in-charge, upto 90 metre depth belowground level.

19.1.1 All types of soil

19.1.1.1 300 mm dia 20 metre 490.62 9812.00

19.1.2 Rocky strata including Boulders

19.1.2.1 300 mm dia 70 metre 1131.72 79220.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

151

Boring/drilling bore well of required dia for casing/19.3.

strainer pipe, by suitable method prescribed in IS:2800 (part I), including collecting samples fromdifferent strata, preparing and submitting strata

chart/ bore log, including hire & running chargesof all equipments, tools, plants & machineriesrequired for the job, all complete as per directionof Engineer -in-charge, beyond 90 metre & upto150 metre depth below ground level.

19.3.1 Rocky strata including Boulders

19.3.1.1 300 mm dia 60 metre 1227.02 73621.00

19.4. Supplying, assembling, lowering and fixing in

vertical position in bore well, ERW (ElectricResistance Welded) FE 410 mild steel screwed

and socketed/ plain ended casing pipes ofrequired dia, conforming to IS: 4270, of reputed &approved make, including painted with outsidesurface with two coats of anticorrosive paint ofapproved brand and manufacture, including

required hire & labour charges, fittings &accessories, all complete, for all depths, as perdirection of Engineer-in-charge.

19.4.1 200 mm nominal size dia having minimum wallthickness 5.40 mm 100 metre 2019.53 201953.00

19.5. Supplying, assembling, lowering and fixing in

vertical position in bore well, ERW (ElectricResistance Welded) FE 410 plain slotted (havingslot of size 1.6/3.2 mm) mild steel threaded andsocketed/ plain bevel ended pipe (type A) ofrequired dia, conforming to IS: 8110, of reputed

and approved make, having wall thickness notless than 5.40 mm, including painted with outside

surface with two coats of anticorrosive bitumesticpaint of approved brand and manufacture,

including hire & labour charges, fittings &accessories, all complete, for all depths, as per

direction of Engineer -in-charge.

19.5.1 150 mm nominal size dia 50 Mtr 1709.30 85465.00

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

152

19.6. Development of tube well in accordance with IS :2800 (part I) and IS: 11189, to establishmaximum rate of usable water yield without sandcontent (beyond permissible limit), with required

capacity air compressor, running the compressorfor required time till well is fully developed,measuring yield of well by "V" notch method orany other approved method, measuring staticlevel & draw down etc. by step draw downmethod, collecting water samples & getting tested

in approved laboratory, i/c disinfection oftubewell, all complete, including hire & labour

charges of air compressor, tools & accessoriesetc., all as per requirement and direction of

Engineer-in-charge.

18 hour 717.60 12917.00

19.7. Providing and fixing suitable size threaded mild

steel cap or spot welded plate to the top of borewell housing/ casing pipe, removable as perrequirement, all complete for borewell of:

19.7.1 200 mm dia 1 each 306.72 307.00

19.8. Providing and fixing M.S. clamp of required dia to

the top of casing/ housing pipe of tubewell as perIS: 2800 (part I), including necessary bolts & nutsof required size complete.

19.8.1 150 mm clamp 9 each 1346.93 12122.00

19.8.2 200 mm clamp 18 each 1527.91 27502.00

19.9. Providing and fixing Bail plug/ Bottom plug of

required dia to the bottom of pipe assembly oftubewell as per IS:2800 (part I).

19.9.1 150 mm dia 1 each 305.40 305.00

Executive Engineer,

Meghalaya Central Division,

CPWD, Shillong

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

153

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

154

PROFORMA OF SCHEDULES (MINOR COMPONENT)

SCHEDULE ‘A’

Schedule of quantities of Part C –180-198

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

Sl. Descriptionof Quantity Rates in figures & words of Place of issue

N item Which the material will beo. Charged to the contractor

1 2 3 4 5

------------------------------------------------- Nil----------------------------------------------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor.

Sl. Description Hire charges per day Place of issueNo.

1. 2. 3. 4.

-------------------------------------------------Nil----------------------------------------------------

SCHEDULE ‘D’

Extra schedule for specific : General Conditions, Additional Specifications anddocuments for the workattached herewith videPart C from page No.156-163

SCHEDULE ‘E’

Reference to General Condition of contract : General Conditions of Contract’ 2014 with corrections slips up to last date of submission of bid as per part A

Name of work: Construction of Regional Labour Institute at Shillong, Meghalaya.(S.H.:-C/o office building( G+3), Hostel Building (G+3) i/c internal water supply, sanitary installation, retaining wall, underground sump , Tube well , allied civil development works , internal EI and fans, First aid hose Reel, Lift , DG set , street lighting and electrical service connection.)Estimated cost of work: : As per Part-A

1) Earnest money: : As per Part-A

2) Performance Guarantee: : As per Part- A.

3)Security Deposit: : As per Part- A.

SCHEDULE- F

GENERAL RULES & DIRECTIONS:

Officer inviting tender : As per Part-A

Maximum percentage for quantity of items : See below under clause 12 0f schedule “F”

of work to be executed beyond which

rates are to be determined in accordance

with Clauses 12.2 & 12.3

Correction. Nil Deletion.. Nil

Insertion..Nil

Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

155

Definitions:

2(v) Engineer-in-Charge : Executive Engineer (E) ,Meghalaya Central Electrical

Division

2 (viii) Accepting Authority : As per Part -A

2 (x) Percentage on cost of material and

labour to cover all overheads and profits : 15%

2(xi) Standard Schedule of Rates : DSR( Electrical)- 2018( E&M)

2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD contract Form : GCC-2014, CPWD - 7 as modified and corrected with amendments issued up to the last date of submission of bid as per part A.

Clause 1

(i) Time allowed for submission of Performance Guarantee : As per Part-A

from the date of issue of letter of acceptance

(ii) Maximum allowable extension with late fee @ 0.10% : As per Part-APer day of Performance Guarantee amount beyond

the period provided in (i) above

Clause 2

Authority for fixing Compensation under Clause - 2 : As per Part-A

Clause 2A

Whether Clause 2A shall be applicable : As per Part-AClause 5

Number of days from the date of issue of letter

of acceptance for reckoning date of start. : As per Part-A

Mile stone(s) as per table given below.

Table of Mile Stone(s)

Sl. Description of Mile stone(s) Time allowed Amount to be withheld in case of

No. (Physical) in days(From non-achievement of mile

date of stone(s).

start).

----- As per part A -----------

Time allowed for execution of work : As per Part –A

Authority to decide :

(i) Extension of time : As per Part-A

(ii) Rescheduling of mile stones : As per Part-A

Clause 6, 6A

Clause applicable – (6 or 6A) : As per Part-A

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

156

Clause 7

Gross work to be done together with net payment/

adjustment of Advances for material collected, : Rs. 10.00 Lakhs.or mutually agreed by both partiesif any, since the last such payment for being

eligible to interim payment.

Clause 7A : Applicable

Clause 8B

: As per Part-ACompletion Plans to be submitted by the Contractor

Clause 10A

List of testing equipment to be provided

by the contractor at site lab. :All tools & plants and testing equipments as required to carry out the work.

Clause 10B (ii)

Whether Clause 10B (ii) shall be applicable: No.

Clause 10 C

Component of labour expressed aspercentage of value of work= 25%

Clause 10 CA

Clause 10 CA Nearest materials (other than cement, Base price of all

Materials Covered reinforcement bars and structural steel) materials covered

under this clause : for which All India Whole Sale Price Index under Clause 10CA*

to be followed.

NIL NIL NIL

NIL NIL NIL

CLAUSE 10 CC : NOT Applicable

Schedule of component of other materials, Labour, POL etc. for price escalation.

(i) Component of Electrical (except materials covered under clause 10CA)

construction materials -expressed as percent of total value of Work. “Xm” 75%(ii) Component of labour-expressed as percent of total value of Work. “Y” 25%

(iii) Component of P.O.L- expressed as percent of total value of Work. “Z” Nil

* Note : Xm ….% should be equal to (100)- (Materials covered under clause 10CA i.e. material specified in clause 10CA+ Component of labour + Component of P.O.L.)

Clause 11

Specifications to be followed

for execution of work.: C.P.W.D. General Specifications for Electrical Works Part-I (Internal) -2013, Part-II (External)-1994,Part- IV (Sub-Station) 2013, Part-V (Wet Riser & Sprinkler systems) 2006,Indian Electricity Rules,1956, and relevant BIS specification amended upto last date ofsubmission of bid.

Clause 12

Type of Work : Project and Original Work

12.2 & 12.3 Deviation limit beyond which clause12.2

and 12.3 shall apply for building work : 30% (Thirty percent).

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

12.5 Deviation limit beyond which clause

12.2 and 12.3 shall apply for

foundation work

Clause 16

Competent Authority for deciding reduced rates.

157

N/A.

Superintending Engineer (E),

Guwahati Central Elect. Circle, CPWD, Guwahati.

In case total value of such items exceeds 5 % priorapproval of Chief Engineer, NEZ-I, CPWD Shillongwould be necessary

Clause 18

List of mandatory machinery, tools & plants to be deployed by :Nil

Clause 36(i)

Requirement of Technical Representative(s) and recovery rate.:As per Part- A

Clause 42

i) a) Schedule/statement for determining

theoretical quantity of cement and N.A.bitumen on the basis of DSR 2014

printed by C.P.W.D.

ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put : N. A

to tender not more than Rs.5 lakhs.

For works with estimated cost put to N. A

tender more than Rs.5 lakhs.

b) Bitumen for all works. N.A.

c) Steel Reinforcement and structural steelsections for each diameter, section and N.A.

Category.

d) All other materials NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S..No. Description of Item Rates in figures and words at which recovery shall be

made from the contractor.

Excess beyond Less use beyond the

permissible variation permissible variation.

-NIL-

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

158

ELIGIBILITY CRITERIA FOR MAIN AGENCY WITH RESPECT TO ASSOCIATEDELECTRICAL AGENCY TO BE ENGAGED BY MAIN CONTRACTOR FOR

EXECUTING THE ELECTRICAL SUB-HEADS

1. After award of work and before the first milestone, the main contractor will have tosubmit Name (s) of the proposed associate contractor (for each component of the E&Mworks), who fulfill set eligibility criteria for the relevant sub-head/ Component ofelectrical part ending last day of previous month of submission or date of 1st mile stone.The documents will have to be submitted in detail as required, which will be checked asper NIT for approval of the associate contractors. It will be essential that proposedelectrical associate agency qualify the eligibility criteria for sub - head given in NIT.

2. The department reserves the right to allow the main firm to submit additionalDocuments /additional names of the associates in case of the deficiencies in documentsor in case of no associate getting qualified in respect of certain subheads. The same willhave to be complied with the main contractor within the time allowed. The decision ofthe department shall be firm & binding on the intending bidders.

3. The main firm should submit the willingness from eligible electrical contractors to getassociated with them for execution of the electrical component of works in wholesomemanner.

4. In support of the eligibility conditions of the proposed associated electrical contractor,copy of their registration documents, Electrical Contractor’s License, GST documents,eligibility documents by competent authority shall have to be submitted. Such associateelectrical contractor will certify that they are not debarred as on the day of application forsale of tender.

5. In event of the concerned E&M agency not performing satisfactorily or failure ofassociate/sub-contractor to complete the E&M work, the main contractor on the writtendirection of the department, shall remove the Associate/sub-contractor deployed on thework and shall submit name of new associate who fulfills the conditions mentioned inNIT to execute the leftover work without any loss of time or variation in cost to thedepartment in this regard. Such associates shall also enter into Agreement with themain tenderer and shall meet the entire guarantee for the equipments already suppliedfor which payment has been released by the department in part. If any equipmentsupplied for the work, during the currency of the earlier Associate/sub-contractor andpaid partly by the department, becomes redundant /not in a position to be installed andcommissioned and put to beneficial use due to change in agency for execution of E&Mwork, the main contractor shall be liable for replacement of the equipment(S) at no costto Department,.

6. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are concerned.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

159

7. The main contractor shall be responsible and liable for proper and complete executionof the Electrical work and ensure coordination and completion of both civil and electricalwork.

8. The main contractor has to enter into agreement with contractor(s) associated by himfor execution of E&M subheads. On demand copy of such agreement will bemadeavailable to EE in charge of work. In case of change of associate contractor, the maincontractor has to enter into agreement with the new contractor associated by him.

9. The associate or sub-contractor shall attend the inspection of the work by the Engineer-in-charge of E&M works as and when required. The agencies executing the electricalwork should have valid license for LT/HT as applicable and as described in eligibilitycriteria.

10.Verifiable completion certificates of the work eligibility documents as the case may be,duly attested by the applicant shall be submitted. Valid Electrical Contractor’ license, asthe case may be, duly countersigned by the applicant as well as signed by the associatecontractors shall also be submitted. Self attested GST documents in respect of theassociated agencies as well as signed by associate firms shall be submitted along withthe tender documents.

11. For components of E&M works, the eligibility criteria for Electrical/ specialized agenciesto be associated by the main contractor after award of work will be as detailed below:

For the different E&M subheads, the main contractor will have to engage theassociate electrical contractor/specialized agency in the field after award of work asper following:-

1. The main firm should either himself meet the eligibility conditions for therespective E&M packages or otherwise he will have to associate an agencymeeting the eligibility requirements given below. They will have to submitwillingness certificate for each of the component of the Electrical work forAssociate agencies by clearly indicating the applicable component of the work.

2. The firm should have successfully completed similar works during the last 7 yearsending upto previous day of last date of submission of tender for each sub heads:

3. The value of executed works shall be brought to current costing level byenhancing the actual value of work at simple rate of 7% per annum, calculatedfrom the date of completion to the last date of submission of bid.

NOTE: Sub-head/ individual component wise total cost is taken as below which is rough cost for the purpose of eligibility criteria only, and should not be used or interpreted for any other purpose.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

160

Sl Name of App. Eligibility criteria Similar Work.no. Component Cost of

work in

lakh

1 Internal and Rs. COWD register contractor with valid Providing

External EI, Street 62.66 Electrical Contract Lenience Internal andLights lakh External EI,

Work

2 DG set Rs. One similar completed works costing SITC of DG set

13.42 of value not less than 80% of cost of

lakh Component each DG set of capacitynot less than 80KVA

OR

Two similar completed workscosting each of value not less than

60% of cost of Component each DGset of capacity not less than 80KVA

ORThree similar completed works

costing each of value not less than40% of cost of Component each DG

set of capacity not less than 80KVA

3 Fire Fighting Rs. One similar completed works costing SITC of fire

System 3.51 of value not less than 80% of cost of fighting

Lakh Component equipmentsOR

Two similar completed works

costing each of value not less than60% of cost of Component

ORThree similar completed works

costing each of value not less than

40% of cost of Component

4 Lift Rs. One similar completed works costing SITC OF Lift

17.34 of value not less than 80% of cost oflakh Component

OR

Two similar completed workscosting each of value not less than

60% of cost of Component

ORThree similar completed works

costing each of value not less than

40% of cost of Component

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

161

WILLINGNESS CERTIFICATE FROM CONCERNED COMPETENT

ELECTRICAL CONTRACTOR

(Separate for each sub head of E&M work)

Name of Work:

Name of sub-work:- ………………………………………………………………..

I hereby give my willingness to work as electrical contractor for the abovementioned work. I will execute the work as per specifications and conditions for theagreement and as per direction of the Engineer-in-charge. Also I will employee fulltime technically qualified supervisor for the works.

I will attend inspection of officers of the department as and when required.

Dated:

Signature of Main Contractor Signature of Associate ElectricalContractor

Address: And Registration detail Address:

Telephone: Telephone:

FAX: FAX:

e-mail: E-mail:

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

162

Additional Conditions for Electrical Work

1. The Contractors are advised to inspect and examine the site and its surroundings and satisfythemselves with the nature of site, the means of access to the site, constraints put by localregulations or any other circumstances which may affect or influence their tenders Nothingextra shall be payable on this account. No claims, whatsoever, shall be entertained at a laterdate for any errors found, on plea that the information supplied by the Department in thetender is insufficient or is at variance with the actual site conditions.

2. The Contractor shall, if required by him, before submission of the tender, inspect thedrawings/ information (If any) in the Office of the Executive Engineer(Authority of NoticeInviting Tender).The Department shall not bear any responsibility for the lack of knowledgeand also the consequences, thereof to the Contractor. The information and data shown in thedrawings / mentioned in the tender documents have been furnished, in good faith, for generalinformation and guidance only. The Engineer-in-Charge, in no case, shall be held responsiblefor the accuracy thereof and/or interpretations or conclusions drawn there from by theContractor and all consequences shall be borne by the Contractor. No claim, whatsoever,shall be entertained from the Contractor, if the data or information furnished in tenderdocument is different or in-correct otherwise or actual working drawings are at variance withthe drawings available for inspection or attached to the tender documents (Except forDeviation in quantity and extra item required for bonafide purpose ). It is presumed that theContractor shall satisfy himself for all possible contingencies, incidental charges, wastages,bottlenecks etc. likely during execution of work and acts of coordination, which may berequired between different agencies. Nothing extra shall be payable on this.

3. The main contractor shall be responsible and liable for proper and complete execution of the E & M work and ensure coordination and completion of both civil and E & M work.

4. The work shall be executed as per CPWD General Specifications for Electrical Works (Part I

– Internal) 2013, (Part II – External) 1994, (Part-IV Sub-Station) 2013, Part-III (Lifts &Escalator) 2003, Part –V (Wet riser and Sprinkler system) 2006,Part –VII (DG set) 2013,relevant IS and BIS standards and as per directions of Engineer-in-charge. These additionalspecifications are to be read in conjunction with above and in case of variations;specifications given in this Additional conditions shall apply. However, nothing extra shall bepaid on account of these additional specifications & conditions as the same are to be readalong with schedule of quantities for the work.

5. The tenderer is advised not to deviate from the technical specifications/ items, commercialterms and conditions of NIT like terms of payment, guarantee, arbitration clause, escalationetc.

6. Terms & Payment for electrical installation /work:

The following percentage of contract rates for the various items included in the contract shall be payable against the stage of work shown herein.

Stage of work%age of Quoted Rate

for Item

a) On initial inspection of materials and delivery at Site in 70%good condition on pro-rata basis.

b) On completion of pro-rata installation 20%

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

163

c) On completion of pro-rata Testing and commissioning 10%and successful taking over by the Department /Client

7. Rates:

The rates quoted by the tenderer for electrical component Items shall be firm and inclusive of

all taxes (including works contract taxes), duties and levies and all charges for packingforwarding, insurance, freight and delivery installation, testing and commissioning etc. at siteincluding temporary constructional storage, risks, overhead charges general liabilities/obligationsand clearance from local authorities. However, the fee for these inspections shall be borne by thedepartment.

8. Material for Electrical installation:

a. The agency shall bring the various items & materials as per actual requirement at siteat the time of execution of work. For any material brought prematurely at site withoutapproval of Engineer-In-Charge, no payment shall be made for such material andDepartment shall not be responsible for its damage / deterioration. The make of materialhave been indicated in the BOQ. The Engineer-in-charge shall reserve the right toinstruct the contractor to remove the material which, in his opinion, is not as perspecifications.

b. Quality of material: All materials and equipment for electrical installation / worksupplied by the contractor shall be new. They shall be of such design, size andmaterials as to satisfactorily function under the rated conditions of operation and towithstand the environmental conditions at site.

c. The quantities of various items may vary from the quantities given in schedule of work.The agency shall bring the various items & materials as per actual requirement at site.

Excess material more than the actual requirement shall not be accepted & paid by the department.

d. Before start of the work the contractor is required to submit the working drawing. Thework shall start only after the working drawing is approved by the Engineer-in-Charge ofthe work.

9. It shall be the responsibility of the bidder to ensure that all wiring work shall be carried out as per specification.

10. Completeness of Electrical work:

All hardware items such as screws, thimbles, G.I. wires etc. which are essentially required forcompleting an Electrical BOQ item as per specifications will be deemed to be included in theitem even when the same have not been specifically mentioned. All hardware materials suchas nuts/bolts/screws/ washers etc. to be used in the electrical scheduled items shall bezinc/cadmium plated iron. Nothing extra on account of same shall be paid.

11. For items/equipment requiring initial inspection at manufacturer’s works’ the contractor willintimate the date of testing of equipment at the manufacturer’s works before dispatch. Thedepartment also reserves the right to inspect the fabrication job at factory and the successfultenderer has to make the arrangement for the same. The successful tenderer shall givesufficient advance notice regarding the dates proposed for such tests/inspection to thedepartment’s representative(s) to facilitate his presence during testing/fabrication. TheEngineer-in-charge at his discretion may waive off such testing/fabrication. The cost of the

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

164

Engineer’s visit to the factory will be borne by the Department. Also equipment may be inspected at the Manufacture’s premises, before dispatch to the site by the contractor.

12. Storage and custody of electrical installation materials:

The room may be used for storage of sundry materials and erection equipment if available orelse the agency has to make his own arrangement. No separate storage accommodationshall be provided by the department. Watch and ward of the stores and their safe custodyshall be the responsibility of the contractor till the final taking over of the installation by thedepartment/ Client.

13. Care of the Building:

Care shall be taken by the contractor while handling and installing the various equipment andcomponents of the work to avoid damage to the building. He shall be responsible for repairingall damages and restoring the same to their original finish at his cost. He shall also remove athis cost all unwanted and waste materials arising out for the installation from the site of work.

14. Completion period:

The completion period indicated in tender documents is for the entire work of supplying,installation, testing, commissioning and handing over of the entire electrical installation to thesatisfaction of the Engineer-in-Charge.

15. Performance Guarantee for Electrical Installation :

The tenderer shall guarantee among other things, the following:a) Quality, Strength and performance of the materials used.

b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.

c) Satisfactory operation during the maintenance period.

16. Guarantee of Electrical Installation:

All equipment/ installations shall be guaranteed for a period of 1yearsfrom the date of takingover the Installation by the department against unsatisfactory performance and/or break downdue to defective design, workmanship of material. The equipment or components, or any partthereof, so found defective during guarantee period shall be forthwith repaired or replacedfree of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the departmentthat undue delay is being caused by the contractor in doing this, the same will be got done bythe department at the risk and cost of the contractor. The decision of the Engineer-in-Chargein this regard shall be final.

17.The entire installation shall be at the risk and responsibility of the contractor until these aretested and handed over to the department. However if there is any delay in construction fromthe department side, the installation may be taken over in parts, but the decision on the sameshall rest with Engineer-in-Charge which shall be a binding on the contractor.

18. Power Supply:

Required electrical power shall be arranged by the contractor for installation purpose andpayment for electricity charges shall be made by contractor. Electrical power supply requiredfor testing of entire installation after completion shall be arranged by the department.

19. Data Manual and Drawings to be furnished by the tenderer:

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

165

The successful tenderer would be required to submit the followings for approval before commencement of installation.

i. Technical submittal/ catalogue / brochures of all equipment of Electrical installations toEngineering -In-Charge. Only after approval of such approval, tenderer should placeorder for equipment and bring it to site.

ii. All general arrangement drawings.

iii. Complete layout dimensions for every unit/group of units with dimensions required for erection purposes.

iv. Any other drawing/information not specifically/mentioned above but deemed to be necessary for the job by the contractor.

20. Completion Plan & Test Certificate for Electrical Installations : -

Contractor shall submit completion plan/ Electrical drawings in triplicate before finalisation ofbill. Failing which recovery @2.5% subject to maximum of Rs. 20000/- shall be made fromfinal bill. Test certificate for the work carried out shall also be submitted and failing whichrecovery @1% maximum of Rs.1500/- shall be made from final bill.

21. Extent of work :

a) The work shall comprise of entire labour including supervision and all materials necessaryto make a complete installation and such tests and adjustments and commissioning asmay be required by the department. The term complete installation shall not only meanmajor items of the plant and equipment covered by specifications but all incidental sundrycomponents necessary for complete execution and satisfactory performance ofinstallation with all layout charts whether or not those have been mentioned in details inthe tender document in connection with this contract.

b) Minor building works necessary for installation of equipment, foundation, making ofopening in walls or in floor and restoring to their original conditions, finish and necessarygrouting etc. as required.

c) Maintenance during defect liability period by providing spares of original manufacturer.

d) Any item required for completion of the work but left in-advertantly shall be executed with-in the quoted rates.

22.The work shall be carried out in engineering like manner. The bad workmanship will not beaccepted and defects shall be rectified at contractor’s cost of the satisfaction of the Engineer-in-Charge. The programme of electrical works are to be co-ordinated in accordance with thebuilding work and no claim for idle labour will stipulated in the tender, electrical work shallhave to be completed along with completion of civil work.

23. Inspection and testing of material for Electrical installation /work:

a) Copies of all documents of routine and type test certificates of the equipment, carriedout at the manufacturers premises shall be furnished to the Engineer-in-Charge andconsignee.

b) Even ISI marked materials shall be subjected to quality test at the discretion of theEngineer-in-charge besides testing of other materials as per the specificationsdescribed for the item/material. Whenever ISI marked materials are brought to the siteof work; the contractor shall, if required by the Engineer-in-Charge, furnishmanufacturers test certificates to establish that the materials procured by the contractorfor incorporation in the work satisfy the provisions of IS codes relevant to the materialand/or the work done.

c) Materials and equipment to be used in the work shall be inspected by the departmentalofficers. Such inspection will be of following categories:

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

166

i. Inspection of materials / equipment to be witnessed at the Manufacturer’s premises in accordance with relevant BIS / Agreement Inspection Procedure.

ii. To receive materials at site with Manufacturer’s Test Certificate(s)

iii. To inspect materials at the authorized dealer’s godown to ensure delivery of genuine materials at site.

iv. To receive materials after physical inspection at site.

d) Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per specification and CPWD General Specifications as applicable.

e) After completion of Electrical installation work in all respect the contractor shall offer testing installation.

f) In case contractor fails to attend the inspection and make desired facilities availableduring inspection, the Department reserves the right to provide the same at the riskand cost of the contactor. The installation will be accepted by the Department only aftercomplying observations of inspection (if any) for the work executed by the contactorunder the agreement.

g) Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall be ensured by firm. The firm shall ensure that:

h) Material will be ordered & delivered at site only with the prior approval of the E-I-C to ensure timely delivery.

i) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its discretion.

24. Compliance with Regulations and Indian standards.

I.All works shall be carried out in accordance with relevant regulation, both statutory andthose specified by the Indian Standards related to the works covered by this

specification. In particular, the equipment and installation will comply with the following:i) Factories Act.ii) Indian Electricity Rules.

I) I.S. & B.S. Standards as applicable. iv) Workmen’s Compensation Act.v) Statutory norms prescribed by local bodies.

II. Nothing in this specification shall be construed to relieve the successful tenderer of hisresponsibility for the design, manufacture and installation of the equipment with allaccessories in accordance with currently applicable statutory regulations and safetycodes.

III. Successful tenderer shall arrange for compliance with statutory provisions of safetyregulations and departmental requirements of safety codes in respect of labouremployed on the work by the tenderer.

25. Erection Tools:

No tools and tackles either for unloading or for shifting the equipment for erection purposeswould be made available by the department. The successful tenderer shall make his ownarrangement for all these facilities.

26. Cooperation with other agencies:

The successful tenderer shall co-ordinate with other contractors and agencies engaged in theconstruction of building, if any, and exchange freely all technical information so as to make theexecution of this works contract smooth. No remuneration should be claimed from thedepartment for such technical cooperation. If any unreasonable hindrance is caused to other

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

167

agencies and any completed portion of the work has to be dismantled and re-done for want ofcooperation and coordination by the successful tenderer during the course of work, suchexpenditure incurred will be recovered from the successful tenderer if the restoration work tothe original condition or specification of the dismantled portion of the work was not undertakenby the successful tenderer himself.

27. Insurance and Storage:

All consignments are to be duly insured up to the destination from warehouse to warehouse atthe cost of the supplier. The insurance covers shall be valid till the equipment is handed overduly installed, tested and commissioned.

28. Verification of correctness of Equipment of electrical work at Destination:

The materials shall be procured only from the manufacturers and their authorized dealers anddocumentary proof for such procurement and supply shall be produced by the contractor. The contractor shall have to produce all the relevant records to certify that the genuine equipment from the manufacturers has been supplied and erected. The department reserves the right to send such materials to the manufacturers / authorized test laboratory to verify the genuineness and quality of the product. The Contractor shall submit all documentary details infulfillment of this conditions regarding procurement of materials. Contractor shall preserve the copies of invoices, test certificates; gate passes etc. to prove the genuineness of material/purchases from manufacturer or authorized dealers which are used at site as per agreement.

29. Painting:

All equipment works shall be painted at the works before dispatch to the site.

30. Maintenance during warranty period:

a) Sufficient trained and experienced staff shall be made available to meet any exigency ofwork attend the complaint during the guarantee period of one year from the handing overof the installation.

b) The maintenance, routine as well as preventive for one years from the date of taking overthe installation as per manufacturer’s recommendation shall be carried out and the recordof the same shall have to be maintained. Nothing extra shall be paid on this account.

31. Interpreting Specifications for Electrical Installation work:

In the case of discrepancy between the schedule of Quantities, the Specifications and/ or the Drawings, the following order of preference shall be observed:-

(i) Description of Schedule of Quantities.(ii) Technical Specifications and Additional Conditions(iii) CPWD Specifications.(iv) Indian Standard Specifications of B.I.S.(iv) Drawings if any.

In case of discrepancy among the specifications/conditions as mentioned above, precedence given

in 'General Conditions of Contract for Central PWD Works' shall be followed.

32.The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessarycaution boards day and night, speed limit boards, red flags, red lights and providing barriers.He shall be responsible for all damages and accidents caused to existing/new work due tonegligence on his part. No hindrances shall be caused to traffic during the execution of thework. In case of any accident of labours/ contractual staff’s the entire responsibility will reston the part of the contractor and any compensation under such circumstances if becomes

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

168

payable the same shall be entirely born by the contractor and department shall have no role on this account.

33.The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collectionand stacking of materials at any place. No excavated earth or building rubbish shall bestacked on areas where other buildings, roads, services and compound walls are to beconstructed. However if any change is required, the same shall be done with the approval ofEngineer-in-Charge & no extra payment shall be made on this account.

34.The Main contractor shall be responsible for the watch and ward of the site /property/material provided by him for electrical work/ installation and materials issued by thedepartment against pilferage and breakage during the period of execution and thereafter tillthe work is completed and physically handed over to the department.He should make hisown arrangement for proper watch and ward at his risk and cost.No claim will be entertainedon this account.

35.The work shall be carried out in engineering like manner and bad workmanship shall berejected summarily. For redoing the job, no claim of the contractor shall be entertained onthis account.

36.The contractor shall ensure quality construction in a planned and time bound manner. Anysub-standard material or work beyond set out tolerance limits shall be summarily rejected bythe Engineer-in-charge.

37.The work is to be carried out in accordance with the plans. The contractor shall have toengage well experienced skilled labour and deploy modern T&P and other equipment toexecute the work. However, the contractor will be bound to carry out the work with minordeviation over the plan supplied if desired by the Engineer-in-Charge of the work.

38.The Main contractor or his authorized representative shall sign the site order book and comply with the remarks entered therein by the representative of the Department.

39.The contractor will ensure that all the skilled persons managed / deployed for executing theelectrical work possess wireman license issued by approved authorities, otherwise he will not bepermitted to execute the work. Also, consequences arising due to the default of thecontractor to comply with this condition would be contractor’s responsibility only.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

169

Technical Specifications for Electrical Work /Installation

1. All the works shall be carried out as per CPWD General Specifications for Electrical (Part I

– Internal) 2013, (Part II – External) 1994, (Part-IV Sub-Station) 2013, Part-III (Lifts &Escalator) 2003, Part –V (Wet riser and Sprinkler system) 2006,Part –VII (DG set) 2013,1994Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date.

2. General requirements of components:

2.1. The MCB should be of same make as that of MCB DBs.

2.2. The fan box cover shall be made from thick phenolic laminated sheet / PVC cover as per CPWD specification.

2.3. The metallic junction boxes & looping boxes shall be covered with approved makes of phenolic laminated sheet. For telephone, television & fire alarm system shall be provided at all the floors within scope of work without any extra cost as per requirement & layout approved by Engineer- in-charge.

3. Ratings of components:

3.1. All components in a wiring installation shall be of appropriate ratings of voltage, current and frequency, as required at the respective sections of the electrical installations in which they are used.

4. The connections of switches, sensors, earthing conductors & interconnections cables shallbe made by adequate rating thimbles of approved standard makes only and nothing extraon this account shall be paid. If not complied, recovery shall be made @ Rs.50/ point /MCB. During lying of conduit, Fish wire shall be drawing into conduit without any extracost. If not complied,recovery shall be made @ Rs.50/ point / MCB.

5. Modular type switches / sockets / telephone outlets / TV sockets are to be providedwherever indicated in the items. The same shall be of only one make. The modular platesof switches, sockets, telephone & TV sockets etc. shall be in two parts i.e. plates withmetal base frames within quoted rates. Switch with power point will be with On/Offindication.

6. Metal double door DB shall have minimum IK 9 protection. Agency will submit technical submittal for same.

7. Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall be ensured by firm.

8. Similarly, for fabricated equipment, the contractor will first submit dimensional detaileddrawings for approval before fabrication is taken up in the factory. Suitable stageinspection at factory also will be made to ensure proper use of materials, workmanshipand quality control.

9. The contractor shall give a trial run of Electrical Installation/ machinery for establishing itscapability to achieve the specifications within laid down tolerances to the satisfaction of theEngineer-in-charge.

10. Provisions for services and proper planned of electrical work:-

The main contractor shall make provision such recesses, holes, openings, etc., as may berequired for the electric, air conditioning and other related works. The main contractor hasalso to fix inserts, sleeves, brackets, conduits, base plates, insert plates, clamps etc. if anyat the time of casting of concrete, stone work & brick work. These inserts, sleeves,brackets, conduits, base plates, insert plates, clamps etc. shall be arranged by thecontractor and shall be paid accordingly if these are not the part of equipment for which itis being provided.

11. The contractor shall ensure quality construction in a planned and time bound manner. Anysubstandard material or work which is not within permissible tolerance limits shall besummarily rejected by the Engineer-in-Charge.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

170

12. The contractor shall make sample of installation using all approved materials, for approval of Engineer-in-charge before commencement of execution of mass scale work.

13. Check nuts shall be provided while terminating the M.S. conduits in switch board boxes forwhich nothing extra shall be paid.The M.S. conduits accessories use for conduits laying workshall be ISI mark.

14. All distribution boards shall be marked with circuits controlling the rooms/area/SDBcontrolled (preferable PVC Stickers). For noncompliance recovery shall be made @ Rs.1000/- per DB.

15. Contractor will not provide any ceiling rose/connector/looping box etc. wherever falseceiling is being provided. The point wiring in that case will be extended up to the falseceiling level with suitable size connector and Flexible metal conduit. The wire from the endpoint up to the fixture shall be considered to be included in the point wiring. Nothing extrashall be paid for the same.

16. In electrical installation, only rigid conduits shall be used. Wherever providing of rigidconduits is not possible, flexible conduit pipe shall be provided for drawing/running thewires. However, such arrangement has to be kept minimum and only with the priorapproval of Engineer-in-charge or his authorized representative.

17. Earthing and all items of work that cannot be checked later on are to be got approved fromEngineer-in-charge or his authorized representative before proceeding further.

18. The firm shall use only electrically operated chase cutting machine for cutting the chases in the wall for recessed conduit wiring.

19. The contractor shall follow the shortest route for circuits, sub main, point wiring etc.

20. To facilitate drawing GI fish wire shall be provided along with laying of recessed conduit. Nothing extra shall be paid on this account.

21. All hardware items such as screws, thimbles, connectors, earth / neutral terminals, wiresetc. which are essentially required for completing any item as per specifications will bedeemed to have been included in the item even when the same have not been specificallymentioned.

22. All hardware material such as nuts / bolts / screws / washers etc. to be used in the work forswitches shall be zinc / cadmium plated iron. The galvanized boxes of modular switch /sockets etc. shall be of the same make as of switch / socket etc.

23. All earthing material (plate, strip, wire) should be hot dip galvanized as. All concealedworks and earthing shall have to be done in the presence of Engineer-in-Charge or hisauthorized representative.

24. While laying conduit, suitable minimum number of junction boxes shall be left for pulling the wires. These shall be placed in such a way that the same do not remain noticeable.

25. The ceiling roses wherever required to be provided are included in the scope of workwithout extra payment and the same shall also be of modular type & of the same make asthat of switches & sockets along with earthing provision.

26. The main contractor and his associate has to go through the site order book regularly andhas to sign the same by authorized representative and carryout the instructions recordedtherein by various officers of the department.

27. All MCCB for outdoor panels shall have rotating operating handle. For Indoor panel, MCCB above 100 Amp rating shall have rotating operating handle.

28. All MCCB compartment will have name plate indicating it’s rating and space for location name.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

171

TECHNICAL SPECIFICATIONS FOR DG Set

The work shall be carried out as per CPWD General Specifications for Electrical Works

(Part I – Internal) 2013, (Part II – External) 1994, (Part-IV Sub-Station) 2013, Part-III (Lifts &Escalator) 2003, Part –V (Wet riser and Sprinkler system) 2006,Part –VII (DG set) 2013 asamended upto date, relevant IE rules, and as per directions of Engineer-in Charge.

The DG set should comply with the latest CPCB Norms for exhaust emission level and noise pollution level.

TECHNICAL SPECIFICATIONS of Wet Riser & Sprinkler System

1. The work shall be executed as per CPWD General specification for Electrical Works Part I

– Internal) 2013, (Part II – External) 1994, (Part-IV Sub-Station) 2013, Part-III (Lifts &Escalator) 2003, Part –V (Wet riser and Sprinkler system) 2006,Part –VII (DG set) 2013,1994 IE rules, Indian Standards, as per Rules of NBC 2016 & all the amendment issuedupto date and as per directions of Engineer-in-charge. These technical specifications areto be read in conjunction with above and in case of any variations; the specification givenin the tender shall be applicable.

2. In case any item/items or part of these is not covered under these specifications the same shall be carried out as per relevant CPWD specification and NFPA-12 & 72

3. The make(s) of the material to be used shall be as per list of approved make attached. Foritems not covered in the above clauses, the work shall be carried out as per instructions ofthe Engineer-in-charge before using the material at site. Samples of material shall be got approved from Engineer-in-charge before using the material at site.

4. Terrace pump control shall be provided at Gr. Floor as per the direction of E-I-C

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

172

Technical Specifications for Lift Work /Installation

1. Scope of Work

These specifications cover the details of Electrical Elevator equipment to besupplied, inspection as may be necessary before dispatch, delivery at site,installation, testing, commissioning, and handing over in working condition anddefects liability for a period of 1 year after completion of all works.

These specifications shall be read in conjunction with the General Conditions of Contract with all correction slips as well as schedules and drawings.

2. Works to be arranged by the department

The following items shall be provided by the Department to suit the requirements of the Contractor.i. Obstruction free Hoist ways, machine rooms and pits of available

dimensions.

ii. Floor, wall and ceiling finishes in hoistways, pits and machine rooms;including painting (except painting of equipment and materials suppliedby Elevator Contractor) and waterproofing, as well as doors and windowsin machine room.

iii. Cables from Main L.T. Panel Board through the hoist ways terminating in and including individual Main Switches in Machine Rooms including necessary earthing.

iv. 3 phase power supply, free of cost, for testing and commissioning of elevators after erection is completed.

v. Temporary power supply connection(s) at mutually agreed location(s) shall be arranged by the Elevator Contractor from the Main Building Contractor.

vi. Lighting installation with in machine rooms, hoist ways and pits as required by the Elevator Contractor including 1-phase main switch at mid-height in hoist way for car lighting.

vii. Ventilation of machine rooms.viii. Hoisting beams and hooks as specified by the Elevator Contractor.

ix. Trap doors, floor gratings, steps / ladders, and openings in machine rooms and ladders for pits as specified by the Elevators Contractor.

x. Provision of suitable storage space as may be available.

3. Works to be arranged by the Agency

i. All cabling and wiring from the main switches in machine room toElevator equipment and from battery supply to car lights, fans, alarm andintercom system i/c supplying of backup battery and switchgear.

ii. All machine bases, pedestals, and structural steel supports and brackets for the installation, to suit the sizes of the hoist ways.

iii. Sill tracks including supports if required.iv. Screen guards and other protection for installation.

v. All chasing and cutting of pockets and making good. (All cutting and chasing shall be as approved by Engineer-in-Charge).

vi. Ensuring safety against accidents including barricading all openings and caution signs.

vii. Scaffolding for installation.

viii. All other items necessary for satisfactory execution & completion of works, whether specified or not.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

173

4. Sound Reduction

The Elevator Contractor shall provide necessary sound reduction materials, such as rubber pads of suitable density to effectively isolate the machine from the machine beams and/or flooring.

Noise level inside cars and in the machine room shall be maintained at minimum levels and in any case not more than specified under PERFORMANCE PARAMETERS.

5. Traction Machine And Drive

The traction machine shall be Gearless type. The motor shall be controlled by avariable voltage variable frequency (V.V.V.F.) micro-processor control systemwhich shall control and monitor every aspect of elevator operation at all stagesof the car motion cycle on real time basis.

6. Specification of Passenger Lifts

1. Type of Lift

2. No. of Lift required (Location wise)

3. Load : Number of Persons

4. Rated Speed

5. Travel distance in mtr.

6. Nos. of floor served

7. a)Inside size of lift well

b)Pit depth

c) Head Room

8. a) Clear inside size of lift car

b)Landing door

9. Dimension of lift machine room

10. Position of counter weight

11. Position of Machine Room

12. a) Type of control

- Passenger Lifts (With/ without m/c room)

- 1 No.

- 13 Passengers

- 1.0 MPS

- (4 Floors ) – 10.5 mtr. (Approx) .

- 4 Floor

- 2500 Width x 1900 mm Depth

- 1.5 mtr. (Approx)

- 4.5 mtr.

- 2000 mm (W) X 1100 mm (D)/ Area – 2.2sq m nominal

- 900 mm (W) x 2100 mm (H)/ Asper site availability

- As per Site Availability

- As per Manufacturer’s design

- Machine room is available.

- Microprocessor based, A.C. variable voltage variable frequency.

b) Type of Operation - Simplex collective selective operation with andwithout attendant.

c) Potential free contacts - Potential free contacts for each floor positionand up & down movement of lift shall beprovided in the controller which can be usedfor the building automation system at laterdate.

13. Car Entrance door -a) Type of door - Automatic power operated central opening

horizontal sliding , Material –SS 304, SheetThickness- 1.5 mm, Finish - Honey comb /moon

rock finish/ Mirror / Each / combination .b) Car open in front only or open - In front only

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

174

c) Fire resistance rating

14. Lift Car

a)Construction design andfinish car body work.b)interior Finish:-

c) Panels

d)Hand rail

- Shall have not less than 1 Hr. for all landing doors.

- SS304 Honeycomb / moon rock finish.

- As per Manufacturer’s standard design, Material –SS 304, Sheet Thickness- 1.5 mm,

Finish - Honey comb /moon rock finish/ Mirror / Each / combination .Full width mirror on back panel

- Hand rail of suitable length not less than 600 mm long on three sides at 900 mm above floor level to be fixed in lift car.

e)Flooring - Supply fixing of Granite marble floors of 20

mm thickness.f)Ceiling - SS 304 material, Sheet Thickness- 1.5 mm,

ceiling as per the latest standard of themanufacturer.

g) Lighting - LED fittings as per Manufacturer standarddesign to produce light not less than 200lux

h) Ventilation - Blower type air ventilation system withstainless steel louvers of finish similar to walli/c ventilator outlets shall be provided atskirting level.

15. Type of signal system - a)Digital floor position indicator in the car andat all landing ( to be provided above the car /landing doors.) The lift shall have a voice

announcement system along with a visual

display to indicate the floor level and also theinformation that the door of the cage is open or

closed for entrance or exit. The announcementsystem shall be clearly audible, that is, theannouncement shall be of the order of 50 dB.

- b) Digital travel direction indicator (LCDDisplay) in the car and at all landing ( to beprovided above the car/landing doors)

- c) Gongs/Chime and visual indication of alllandings for pro-arrival of car.

- d) overload warning audio & visual indicator,inside the car(lift should not start on overload)

- e) Battery operated alarm bell & emergencylight with soft visibility

- f) Car operating panel with fade proof luminous

Braille button in car and with intercom.

- g) Luminous hall Braille SS buttons at all

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

175

landing.

- h) Fireman switches at ground floor.16. Landing entrance

a)Location of landing entrance in - All floors on the same side different floors

17. ARD - Required ( As per Manufacturer’s StandardDesign )

7. TESTS AT SITE

The following tests, in addition to those mentioned in the CPWD specifications, shall be carried out to the satisfaction of the Engineer-In-Charge.

i. The car shall be loaded until the weight on the rope is twice thecombined weight of the car and the specified load. The load mustbe carried on for about 30 minutes, without any sign of weakness,temporary set or permanent elongation of the suspension ropestrands.

ii. The following items shall be tested :a. No load current and voltage readings both on ‘Up’ and ‘Down’

Circuits.b. Full load current and voltage readings both on ‘Up’ and

‘Down’ Circuits.

c. One and quarter load current and voltage readings both on ‘Up and ‘Down’ Circuits.

d. Stalling current and voltage and time taken to operate overload.

e. Overload protection.f. Car and counterweight buffers with contract load and

contract speed.g. Manual operation of elevator at mid-way travel.h. Emergency operation.i. ARD testing as per specification.

iii. Tests on completion shall also be performed to the satisfaction of Inspector of Lifts.

8. Statutory Approvals

All statutory approvals from commencement to commissioning of elevatorsshall be obtained by the Contractor from the Inspector of Lifts, Chief Fire Officerand other authorities. However the Department shall provide all necessaryassistance for providing documents, drawings and certificates pertaining toother contractors, as may be required. The Department shall reimburse thestatutory fees paid in connection with the approval of installation of elevators.

9. Additional Features Requiredi. Fireman’s Switch

A fireman’s toggle switch shall be provided in a break glass for thespecified elevator at ground floor to enable firemen to bring the elevatornon-stop to ground floor from any location and to cancel hall calls untilthe car is operated on attendant control.

ii. Emergency Power OperationThe power supplies to lifts are provided from essential panel (with standby Genset).

iii. Anti - Nuisance

If number of calls registered is in excess of corresponding car load, all carcalls shall be cancelled.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

176

iv. Home Landing FacilityA car shall return to a pre-determined landing after the last call is answered.

v. Load Non stop

When the car load exceeds a predetermined limit the elevator shall not respond to hall calls.

vi. Separate door times

When a car responds only to hall calls or only to car calls, the door shall open for a shorter time than when responding to both car and hall calls.

vii. Door Failure Operation

When an obstruction prevents a door from opening, the controller shallattempt its removal by repeated opening and closing, failing which thecar shall travel to the next floor.

viii. Nudging Door Operation

When the doors remain open for more than a predetermined period abuzzer shall sound and the door shall close automatically. The doorsensing device shall be rendered inoperative but the Door Open buttonand the safety shoe shall remain operative

ix. Self - Diagnostic Facility

The Controller shall perform self - diagnostic tests and report the health of the system. The system shall take care of minor faults like door operation and motor overheating.

x. Car Failure Operation

In case of car mal-function, the system shall make a self - diagnostic check and then allow the car to travel to the nearest floor at slow speed, if safe.

xi. Selective floor ServiceProgramming for selective floors services shall be software driven.

xii. Auto Fan Of

In case no calls are registered for pre-set time, the cabin fan shall be automatically switched off.

xiii. Automatic Rescue Device

In case of mains power failure and elevator control system failure, theelevator’s own rechargeable and maintenance free battery power shallmove the car to the nearest floor and the door shall open automaticallyfor automatic rescue of passengers. A battery run-down indicator shall beprovided.Automatic Rescue Device shall be provided for all the Elevators.

10. Additional features of Elevators for Disabled PersonsAll passenger Elevators shall be suitable for the physically challenged persons.The following additional facilities shall be provided:i. Full length handrails shall be provided on the rear and side wall

panels.

ii. The door closing time shall be set for min. 5 seconds and the door closing speed shall not exceed 0.25 m/sec.

iii. The “door open” and “door closed” announcements shall be audibly made in the car.

iv. Braille lettering on all the buttons.

v. The Operating Panels and Buttons shall be installed at suitable height such that they are accessible to persons using wheel chair.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

177

11. PERFORMANCE PARAMETERSThe following parameters shall be achieved in the installation:Leveling Accuracy : + 3 mm

All other parameters as per CPWD Specifications and IS shall be achieved.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

178

1. List of Acceptable Makes of Electrical Items

Sl. ITEM Name of Manufacturers

1. Wires /CAT 6 cable / Telephone wire -L&T/Havells/RR Kable/Finolex/POLYCAB/

2. MS Conduit -AKG/BEC/NIC

3. PV Conduit (ISI mark) -AKG/Precision / Richa /Modi

4. Modular Type witch/Socket /Fan -Legrand / Havells /MK /ABB/ Schiender

Regulator

5. MCB DB/MCB/MCCB -Legrand /L&T /Siemens/ Schiender/ GE

6. Street Light and Compound Light Fittings - Phillips/ Crompton/Wipro /LT

7. GI Pipe -Tata/Jindal /Zenith / Utkrash

8. Swaged steel tubular pole material -Utkrash /Jindal / Tata / Zenith

9. XLPE armored/ unarmored power cable -Havell’s / Finolex / POLYCAB/ Finolex /

RR Kable

10. LED Electrical fittings - Phillips/ Crompton/Wipro /LT /GE

11. LT /METER PANEL Brahmaputra Power and Controls(Guwahati) / A.K Engineering(Guwahati) /MSPL ( Kolkata)/Electro kings (Guwahati)/equivalent CPRI approved manufacturer

12. FIRE EXTINGUISHER Lifeguard / Omex/Safex/Ceasefire/Minimax / Fire Guard

13. D.G. Set (Engine) CUMMINS/KIRLOSKAR GREEN/Volvopenta /Caterpillar

14. Alternator STAMFORD / LEROYSOMER/Kirloskar

Electric Co/KIRLOSKAR GREEN.

15. Battery EXIDE / STANDARD / AMCO /PANASONIC

16. M.S. Pipes (IS : 1239 / IS : 3589) & GI Tata Steel / Jindal (Hissar) /SAIL of ISIPipes Mark

17. Standard M.S. Fittings & GI fittings Jainsons Industries/INDUS

18. Valve / Pot /Y Strainer Audco/Kirloskar/Zoloto/Sant /LEADER

19. Paints Asian Paints/Nerolec/Berger

20. Fire Pump/Pressurisation Pump Mather & Platt India Limited/Grundfos/

Kirloskar /KSB/ Crompton

21. Anti-Vibration Mounting Kanwal Industrial

Corporation/Resistoflex/Ewren/ Dunlop

22. Pressure Switch System Sensor/Indfoss/Denfoss

23. Pressure Gauge H Guru/Fiebig/Danfoss

24. Hydrant Valves / RRL Hose drum and Safex/NewAge(Mumbai)/LlifeguardPipe /Branch pipe /2-way/4-way FBC / /OMEX / Padmini / Ceasefire / MinimaxThero plastic (Textile reinforced) HoseReel ISI Mark

25. Pipe Protection Pypcoat (AW4) Wrapping IWL/Taxa/Mac- poly coat

26. Rubber Bellow Kanwal Industrial Corporation/Resistroflex /AIP Valves

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

179

27. Air release valve Superex/GeTech/ NewAge/Safex

28. Fastner Hilti / Fisher /STL fastner/KOVA /FNF

29. Hose Box(External) Safex/Minimax/GeTech/ Llifeguard

30. 2-way/4-way FBC Safex/NewAge(Mumbai)/GeTech/Llifeguard

31. Flexible Drop(UL Approved) Safex/HD/Kofulso(Easyflex)

32. Cable Glands Double Compression Jainson/ Comet/ Dowel

33. Bimetallic Cable Lug Dowell’s / Comet/ Jainson

34. Quartzised bulb type Sprinkler UL Listed- Omax/Tyco/HD

35. Drinking/Flushing Water Pump Xylum/ Kirloskar/Willo/Grundfoss / KSB/

36. Lift (Mitsubishi / OTIS Elevator Company /KONE Elevator India Pvtltd / SchindlerIndia Pvt Ltd / M/s Johnson lifts pvt ltd )

ककय पकलक अअभयतकत (वव)ममघकलयक ीीअयवतममडल,ीत

सीपीड यडी,ीू अीशलकतग-03

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

180

Schedule of quantity- Minor Component(E& M)Name of work :Construction of Regional Labour Institute at Shillong, Meghalaya.(SH:- Construction of Office

building(G+3), Hostel building(G+3) i/c internal water supply, sanitary installations,retaining

wall,Underground sump, Tube well, allied civil development works, internal EI and fans,First Aid

Hose Reel, Lift, DG Set, street lighting and electrical service connection.)

Description

SLNo Qty Rate Unit

EstimatedAmou

nt

1 Sub Head -I ( WIRING )

1.1Wiring for light point/ fan point/ exhaustfan point/ call bell point with 1.5 sq.mmFRLS PVC insulated copper conductorsingle core cable in surface/ recessed

steel conduit, with modular switch,

modular plate, suitable GI box andearthing the point with 1.5 sq.mm. FRLSPVC insulated copper conductor single

core cable etc as required.

(a) Group A 430 Points 845 Point 363350

(a) Group C 423 Points 1213 Point 513099

1.2Wiring for twin control light point with1.5sq.mm FRLS PVC insulated copper conductorsingle core cable in surface / recessed steelconduit, 2 way modular switch, modularplate, suitable GI box and earthing the pointwith 1.5 sq.mm. FRLS PVC insulated copperconductor single core cable etc as required.

(For Guest House) 24 Points 1290 Point 30960

1.3Wiring for light/ power plug with 2X4 sq. mmFRLS PVC insulated copper conductorsinglecore cable in surface/ recessed steel conduitalong with 1 No 4 sq. mm FRLS PVC insulatedcopper conductor single core cable for loop

earthing as required.2970 Metres 265 Metre 787050

1.4Wiring for light/ power plug with 4X4 sq. mmFRLS PVC insulated copper conductorsinglecore cable in surface/ recessed steel conduitalong with 2 Nos 4 sq. mm FRLS PVCinsulated copper conductor single core cable

for loop earthing as required.1485 Metres 392 Metre 582120

1.5Wiring for circuit/ submain wiring along withearth wire with the following sizes of FRLSPVC insulated copper conductor, single corecable in surface/ recessed steel conduit as

required

(a)2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire

1024 Metres 208 Metre 212992

(b)2 X 4 sq. mm + 1 X 4 sq. mm earth wire 20 Metres 263 Metre 5260

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

181

(c)2 X 6 sq. mm + 1 X 6 sq. mm earth wire 5 Metres 356 Metre 1780

(d)2 X 10 sq. mm + 1 X 6 sq. mm earth wire 10 Metres 426 Metre 4260

(e)2 X 16 sq. mm + 1 X 6 sq. mm earth wire 5 Metres 555 Metre 2775

(f)4 X 4 sq. mm + 2 X 4 sq. mm earth wire 5 Metres 406 Metre 2030

(g)4 X 6 sq. mm + 2 X 6 sq. mm earth wire 12 Metres 529 Metre 6348

(h)4 X 10 sq. mm + 2 X 6 sq. mm earth wire 120 Metres 670 Metre 80400

(i)4 X 16 sq. mm + 2 X 6 sq. mm earth wire 5 Metres 946 Metre 4730

1.6Supplying and drawing following sizes of FRLSPVC insulated copper conductor, single corecable in the existing surface/ recessed steel/

PVC conduit as required.

(a) 2 x 1.5 sq. mm 10 Metres 41 Metre 410

(b) 3 x 1.5 sq. mm 10 Metres 54 Metre 540

(c) 6 x 1.5 sq. mm 250 Metres 100 Metre 25000

(d) 3 x 4 sq. mm 5 Metres 117 Metre 585

(e) 6 x 4 sq. mm 5 Metres 221 Metre 1105

1.7Supplying and drawing following pair 0.5 mmdia FRLS PVC insulated annealed copperconductor, unarmored telephone cable in theexisting surface/ recessed steel/ PVC conduit

as required.

(a) 1 Pair 525 Metres 19 Metre 9975

(b) 2 Pair 30 Metres 20 Metre 600

1.8Supplying and drawing co-axial TV cable RG-6grade, 0.7 mm solid copper conductor PEinsulated, shielded with fine tinned copperbraid and protected with PVC sheath in theexisting surface/ recessed steel/ PVC conduit

as required. 120 Metres 33 Metre 3960

1.9Supplying and fixing of following sizes of steelconduit along with accessories insurface/recess including painting in case of

surface conduit, or cutting the wall andmaking good the same in case of recessed

conduit as required.

(a) 20 mm 450 Metres 146 Metre 65700

(b) 25 mm 450 Metres 165 Metre 74250

(c) 32 mm 50 Metres 203 Metre 10150

(d) 40 mm 5 Metres 292 Metre 1460

1.10Supplying and fixing following modularswitch/ socket on the existing modular plate& switch box including connectionsbutexcluding modular plate etc. as required.

(a) 5/6 amps switch 2 Nos 85 Each 170

(b) 2 way 5/6 amps switch 2 Nos 123 Each 246

(c) 15/16 amp switch 2 Nos 132 Each 264

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

182

(d) 3 pin 5/6 amp socket outlet 2 Nos 111 Each 222

(e) 6 pin 15/16 amp socket outlet 2 Nos 175 Each 350

(f) Telephone socket outlet 35 Nos 119 Each 4165

(g) TV antenna socket outlet 6 Nos 119 Each 714

(h) LAN Socket outlet 124 Nos 551 Each 68324

1.11Supplying and fixing two module steppedtype electronic fan regulator on the existingmodular plate switch box includingconnections but excluding modular plate etc.

as required. 129 Nos 342 Each 44118

1.12Supplying and fixing modular blanking plateon the existing modular plate & switch box

excluding modular plate as required. 20 Nos 32 Each 640

1.13Supplying and fixing following size/ modules,GI box along with modular base & cover platefor modular switches in recess etcas

required.

(a) 1 or 2 Module (75mmX75mm) 165 Nos 243 Each 40095

(b) 3 Module (100mmX75mm) 2 Nos 267 Each 534

(c) 4 Module (125mmX75mm) 2 Nos 287 Each 574

1.14Supplying and fixing following Modular base& cover plate on existing modular metal

boxes etc. as required.

(a) 1 or 2 Module 2 Nos 114 Each 228

(b) 3 Module 2 Nos 128 Each 256

(c) 4 Module 1 No 138 Each 138

(d) 6 Module 1 No 167 Each 167

1.15Supplying and fixing suitable size GI box withmodular plate and cover in front on surfaceor in recess, including providing and fixing 3pin 5/6 amps modular socket outlet and 5/6amps modular switch, connection etc. asrequired. (For light plugs to be used in non

residential buildings). 104 Nos 401 Each 41704

1.16 Supplying and fixing suitable size GI

box withmodular plate and cover in front on surfaceor in recess, including providing and fixing 6pin 5/6 & 15/16 amps modular socket outletand 15/16 amps modular switch, connection

etc. as required. 156 Nos 495 Each 77220

1.17Supplying and drawing of UTP 4 pair CAT 6LAN Cable in the existing surface/ recessed

steel/ PVC conduit as required.

a) 1 run of cable 1550 mtr 49 mtr 75950

a) 2 run of cable 775 mtr 82 mtr 63550

a) 3 run of cable 388 mtr 114 mtr 44175

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

183

1.18 Supplying and fixing suitable size GI box withmodular plate and cover in front on surfaceor in recess, including providing and fixing 2Nos. 3 pin 5/6 amps modular socket outletand2 Nos. 5/6 amps modular switch,connection etc. as required. 70 Nos 582 Each 40740

1.19Supplying and

fixingbrass

batten/ angle

holder including connection etc. as required. 2 Nos 117 Each 234

1.20Supplying and fixing call bell/ buzzer suitablefor single phase, 230 volts, complete asrequired. 27 Nos 92 Each 2484

1.21Supplying & fixing suitable size GI boxwithmodular plate and cover in front on surfaceor in recess including providing and fixing 25A modular socket outlet and 25 A modular SPMCB, "C" curve including connections,painting etc. as required 5 Nos 639 Each 3195

2Sub Head - II (MCCB, MCB

& DB'S )

2.1Supplying and fixing following way, singlepole and neutral, sheet steel, MCBdistribution board, 240 volts, on surface/recess, complete with tinned copper bus bar,neutral bus bar, earth bar, din bar,interconnections,

powder

painted

including

earthing etc.

as

required.

(But without

MCB/RCCB/Isolator) ( For out door lights andstair case lights)

(a) 16 way, Double door 1 No 2453 Each 2453

2.2Supplying and fixing

following way,

horizontal type three pole and neutral, sheetsteel, MCB distribution board, 415

volts, onsurface/ recess, complete with tinned copperbus bar, neutral bus bar, earth bar, din bar,interconnections,

powder

painted

including

earthing etc.

as

required.

(But without

MCB/RCCB/Isolator)

(a)4 way (4 + 12), Double door (For Hostel lightckt) 4 Nos 3068 Each 12272

(b)8 way (4 + 24), Double door ( For power DBand Light+ comp. DB) 20 Nos 4601 Each 92020

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

184

Supplying and fixing of following ways2.3surface/ recess mounting, vertical type, 415volts, TPN MCB distribution board of sheetsteel, dust protected, duly powder painted,inclusive of 200 amps tinned copper bus bar,common neutral link, earth bar, din bar formounting MCB's (but without MCB's andincomer ) as required . (Note : Vertical typeMCB TPDB is normally used where 3 phaseoutlets are required. and shall have provisionfor suitable capacity MCCB as incomer)

(a) 4 way (4 + 12), Double door 6 Nos 5651 Each 33906

2.4Supplying and fixing 5 amps to 32 ampsrating, 240/415 volts, "C" curve, miniaturecircuit breaker suitable for inductive load offollowing poles in the existing MCB DBcomplete with connections, testing and

commissioning etc. as required.

(a) Single pole 540 Nos 199 Each 107460

(a) double pole 2 Nos 556 Each 1112

(b) Triple pole 63A MCB 18 Nos 1529 Each 27522

2.5Supplying and fixing single pole blankingplate in the existing MCB DB complete etc. as

required. 8 Nos 8 Each 64

2.6Supplying and fixing following rating, doublepole, 240 volts, isolator in the existing MCBDB complete with connections, testing and

commissioning etc. as required.

(a) 40 amps 2 Nos 339 Each 678

(b) 63 amps 1 No 385 Each 385

2.7Supplying and fixing following rating, fourpole, 415 volts, isolator in the existing MCB

DB complete with connections, testing and

commissioning etc. as required.

(a) 40 amps 4 Nos 832 Each 3328

(b) 63 amps 20 Nos 839 Each 16780

2.8Supplying and fixing following rating, fourpole, (three phase and neutral), 415 volts,residual current circuit breaker (RCCB),having a sensitivity current 30/300 mA in theexisting MCB DB complete with connections,testing and commissioning etc. as required.

(a) 40 amps ( For TPN DB) 4 Nos 2626 Each 10504

(b) 63 amps ( For TPN DB) 20 Nos 2777 Each 55540

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

185

Supplying and fixing Cable End Box (Loose2.9wire box)(IP 43) suitable for following singlepole and neutral, sheet steel, MCBdistribution board, 240 V, on surface/recess,complete with testing and commissioningetc. as required.

(a)For 14 way, Double door SPN MCBDB 2 Nos 864 Each 1728

2.10Supplying and fixing Cable End Box (Loosewire box)(IP 43) suitable for following triplepole and neutral, sheet steel, MCBdistribution board, 415 V, on surface/recess,complete with testing and commissioningetc. as required.

(a)For 4 way, Double door TPN MCBDB 4 Nos 904 Each 3616

(b)For 8 way, Double door TPN MCBDB 20 Nos 1239 Each 24780

2.11Supplying and fixing Cable End Box (Loosewire box) suitable for triple pole and neutral,sheet steel, Vertical MCB distribution board,415 V, on surface/ recess, complete withtesting and commissioning etc. as required. 2 Nos 764 Each 1528

2.12Providing and fixing following rating andbreaking capacity and pole MCCB withthermomagnetic release and terminalspreaders in existing cubicle panel boardincluding drilling holes in cubicle panel,making connections, etc. as required.

(a)150 A, 16 KA,TPMCCB 6 Nos 4688 Each 28128

2.13Supply and fixing of 3 Phase Surge

protection Devices of 40 KA in existing DBcomplete as required. 1 No 15000 Each 15000

3SH-III ( FITTINGS & ACCESSORIES)

3.1 Supplying,installation, testing and

commissioning of batten made up of CRCAbody, pre coated in white & pre wiredsuitable for 1 no T8 LEDtube,

lumens>2000,

lum/watt>=90, tubular lamp with extrudedaluminium body and PC diffuser completewith inbuilt driver with all accessoriesdirecton wall/ceiling suitable for 230 volts A.Csupply complete with connection etc as reqd. 81 Nos 1228 Each 99468

3.2 Supplying,installation, testing and

commissioning of batten made up of CRCAbody, pre coated in white & pre wiredsuitable for 2 no T8 LEDtube,

lumens>3500,

lum/watt>=90, tubular lamp with extrudedaluminium body and PC diffuser completewith inbuilt driver with all accessoriesdirecton wall/ceiling

suitable for

230

volts A.C 22 Nos 2005 Each 44110

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

186

supply complete with connection etc as reqd.

3.3Supplying,

installation, testing and

commissioning of surface / Recess mounted

circular type LED luminare (lumen>1000 ,

Lum/w>= 90 ), 4000 /5700 K with all

accessories direct in ceiling suitable for 230volts A.C supply complete

withconnection

etc as reqd. (All corridor fittings shall be with

4000 k ) 393 Nos 1157 Each 454701

3.4Supplying,

installation, testing and

commissioning of 7 watt 300 mm linearmirror light provided with high output PMMA

diffuser direct on wall suitable for 230 volts

A.C supply complete with connection etc as

reqd. 49 Nos 1307 Each 64043

3.5Supplying,

Installation, testing and

commissioning of 9- 10 Watt (Nominal )IP 65,Al dicast body , LED bulkhead fitting suitablefor 230 volts A.C supply complete as

required . 16 Nos 1749 Each 27984

3.6 Supplying & fixing of fancy wall bracketfitting suitable for 1 no. 9 watt LED lamp

complete with all accessories, holder, self

wiring upto terminal block connectioncomplete etc. as required. 37 Nos 1823 Each 67451

3.7Supplying,

Installation, testing and

commissioning of 1200mm sweep energy

efficient 5 Star (ISI Marked)ceiling fan,

including wiring the down rods of standardlength (upto 30 cm) with 1.5 sq.mm FRLS PVC

insulated, copper conductor, single core

cable etc. as required.

a) 1200 mm sweep 129 Nos 2254 Each 290766

3.8Supplying,

Installation, Testing and

commissioning of 200 mm sweep Fresh Air

Light Duty PVC body exhaust fan with

Louvers suitable for 230 volts, 50 Hz ACsupply etc.as required. 5 Nos 1752 Each 8760

3.9Supplying,

Installation, Testing and

commissioning of 200 mm sweep Fresh Air

Light Duty PVC body exhaust fan withLouvers suitable for 230

volts, 50 Hz AC 56 Nos 1647 Each 92232

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

187

supply etc.as required.

3.10Supplying, installation,

testing and

commissioning of recess/ Surface mounted600mmX 600mm square type LED luminarehaving lumen efficacy more than 100lm/Watt and cct of 4000/5700 made fromhigh efficiency diffuser with all accessoriesinstalled in existing false ceiling with help of 2nos metal chain suitable for 230 voltsA.Csupply complete with connection etc as reqd. 36 Nos 3997 Each 143892

3.11Supplying, installation,

testing and

commissioning of surface / Recess mountedSquare type 18 watt LED luminare(lumen>1000 , Lum/w>= 90 ), 4000 /5700 Kwith all accessories direct in ceiling suitablefor 230 volts A.C supply complete withconnection etc as reqd. (All entrance andvisiting are fittings shall be with 4000k andfittings inside rooms shall be 5700K ) 173 Nos 1659 Each 287007

4SH-IV ( EARTHING)

4.1Earthing with G.I. earth pipe 4.5 meter long,40 mm dia including accessories, andproviding masonry enclosure with coverplate having locking arrangement andwatering pipe etc. with charcoal/ coke and

salt as required. 4 Nos 5308 Each 21232

4.2Earthing with G.I. earth plate 600 mm X 600

mm X 6 mm thick including accessories, andproviding masonry enclosure with coverplate having locking arrangement andwatering pipe of 2.7 meter long etc. withcharcoal/ coke and salt as required. ( forQtrs, service connection, feeder pillars etc) 20 Set 6216 Set 124320

4.3Providing and laying earth connectionfromearth electrode with 6 SWG dia G.I. Wire in15 mm dia G.I. pipe from earth electrodeincluding

connectionwith G.I.

thimble

excavation and re-filling as required. 15 Metre 188 Metre 2820

4.4Providing and fixing 6 SWG dia G.I. wire onsurface or in recess for loop earthing asrequired. 1001 Metre 57 Metre 57057

4.5Providing and fixing 6 SWG dia G.I. wire onsurface or in recess for loop earthing alongwith existing surface/ recessed conduit/submain wiring/ cable as required. 200 Metre 37 Metre 7400

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

188

5 SH-V (LIGHTNING CONDUCTOR )

5.1Providing and fixing of lightning conductorfinial, made of 25 mm dia 300 mm long, G.I.tube, having single prong at top, with85 mmdia 6 mm thick G.I. base plate including holesetc. complete as required. 6 Nos 448 Each 2688

5.2Jointing copper / G.I. tape (with anothercopper/ G I tape, base of the finial or anyother metallic object) by riveting /nutbolting/ sweating and soldering etc. as

required 60 Nos 93 Each 5580

5.3Providing and fixing G.I. tape 20 mm X 3 mm mtrthick on parapet or on surface of wallfor

lightning conductor complete asrequired.(For horizontal run) 200 104 Metre 20800

5.4Providing and fixing G.I. tape 20 mm X 3 mm mtrthick on parapet or on surface of wallforlightning conductor complete as required.

(For vertical run) 120 163 Metre 19560

5.5Providing and fixing testing joint, made of 20mm X 3 mm thick G.I. strip, 125 mm long,with 4 Nos. of G.I. bolts, nuts, chuck nuts andspring washers etc. complete as required. 8 Nos 102 Each 816

5.6Providing and laying G.I. tape 32 mm X 6 mmfrom earth electrode directly in ground as

required. 50 Metre 176 Metre 8800

SH-VI ( Service Connection &CompoundLightings

)

6.1Supplying of following size ISI markedXLPEinsulated and PVC sheathed

aluminiumconductor armoured U.G. cable of 1.1KVgrade IS: 7098 (Part-I) 1988 as required.

a)2x10 sq mm 150 mtr 111 mtr 16650

b) 3.5x 95 sq mm 30 mtr 535 mtr 16050

b) 3.5x240 sq mm 30 mtr 1229 mtr 36870

6.2Laying of one number PVC insulated and PVCsheathed / XLPE power cable of 1.1 kV gradeof following size direct in ground includingexcavation,

sand cushioning,protective

covering and refilling the trench etc. as

required.

a) Upto 35 sq. mm 120 mtr 323 Metre 38760

b)Above 35 sq. mm and upto 95 sq. mm 30 mtr 338 Metre 10140

c)Above 185 sq. mm and upto 400 sq.mm 30 mtr 396 Mtrs 11880

6.3Laying of one number PVC insulated and PVCsheathed / XLPE power cable of 1.1 kV gradeof following size in the existing RCC/ HUME/

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

189

METAL pipe as required.

a) Upto 35 sq. mm 20 mtr 31 Mtrs 620

b)Above 35 sq. mm and upto 95 sq. mm 10 mtr 47 Metre 470

c)Above 185 sq. mm and upto 400 sq.mm 10 mtr 112 Mtrs 1120

6.4Laying of one number PVC insulated and PVCsheathed / XLPE power cable of 1.1 kV gradeof following size in the existing masonry open

duct as required.

a) Upto 35 sq. mm 10 mtr 23 Mtrs 230

b)Above 35 sq. mm and upto 95 sq. mm 10 mtr 38 Metre 380

d)Above 185 sq. mm and upto 400 sq.mm 10 mtr 96 Mtrs 960

6.5Supplying and making end termination withbrass compression gland and aluminium lugsfor following size of PVC insulated and PVCsheathed / XLPE aluminium conductorcable

of 1.1 kV grade as required.

a) 2 X 10 sq. mm (22 mm) 24 Nos. 198 each 4752

b) 3.5 x 95 sq. mm (45 mm) 4 Nos. 473 each 1892

b) 3.5 x 240 sq. mm (70 mm) 4 Nos. 809 each 3236

6.6Supplying and embedding following dia G.I.pipe (medium class) in pole collar/foundation (during casting) for cable entryincluding bending the pipe to the required

shape complete as required.

a) 40 mm dia 33 Metre 368 each 12144

6.7Providing, laying and fixing following dia G.I.pipe (medium class) in ground complete withG.I. fittings including trenching (75 cm deep)

and re-filling etc. as required.

a) 50 mm dia 20 mtr 536 Metre 10720

b) 100 mm dia 30 mtr 1113 Metre 33390

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

190

Supplying & Erection of

hotdipped6.8

galvanized iron 8 meter height , 3mmthickness octagonal pole with averagecoating thickness of 70 microns through ,suitable for the wind speed as per IS:875.The pole shall be provided with hinged /claimed flush door of 700 mm length (approx)at an elevation of 500 mm (approx) from thebase plate with proper strengthening to thecutout of the door opening. The pole shall bewith a Bakelite sheet complete with DIN rail,10 amps, 10 KA DP MCB, screw less DINmounting connectors suitable for 10/25sq.mm. Terminations complete with DIN bar,shooting links, end locks etc as required and2 x 1.5 sq.mm

PVC insulated multistranded

copper conductor cable from junctionbox to

theluminarie

scomplete including

terminations with insulated copper lug etc.The pole shall have GI based plate of 16 mmthickness 225mx225m

size(min) ,

700mm(min) long J type GI foundation boltsof 20mm dia (min )each with GI nuts and GIwashers, a single side GI bracket of 5o mm

dia with750 mm length

etc completeas

per approved drawings. The installation ofpole includes

making

RCC foundation

suitable for a soil bearing capacityof 5

Ton/cum complete as required. 2 Nos 25462

Each 50924

6.9Fabrication, supplying of 50 mm dia 4.5 mtrs.height GI pole made out of medium class ISImarked GI Pipe with 300 mm X 300 mm X 6mm thick MS base plate including erection incement concrete 1 : 3 : 6 ( 1 cement : 3coarse : 6 graded stone aggregate 40mm

nominalsize) foundation including

excavation and refilling, painting the exposedsurface with two coats of superior quality

aluminium paint etc. as required. 2 Each 6952.00Each 13904

6.10Supplying

Installation Testing &

Commissioning of out door type of moldedSMC pole mounted cable and terminationjunction box of size 200 X 160 X 98 mm (inside) with connectors 16/25 Sqmm with hingtype lockable door complete with 2 sets of 20mm X 3 mm thick GI strip clamp for mountingon pole/ street light standard with 1 No. 6Amps SP MCB ‘C’ series etc. as required. 2 Each 2590.00

Each 5180

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

191

6.11 Supplying, installation, testing andcommissioning of single pice constructionLED post -top outdoor luminaire having diecast aluminium housing, acrylic didduser,spun aluminium reflector suitable for 3600indirect glare free lighting ,having IP-65

protection lux level not less than 4000 lumen

& minimum luminous efficacy 100lumen / watt , connection with 1.5sq.mm FR LS PVC insulated copperconductor single core cabletesting etc complete as required. 2 Each 9547.00 Each 19094

Supplying, Installation, testing,commissioning of LED street light luminaire

having 4500 lum , lumen efficacy greaterthan equal to 100 lm/watt with

pressuredie

cast aluminium housing ,IP 65 protection on

6.12 existing 1.00 meter long GI bracket/streetlight pole complete with all accessories i/c

supplying and drawing 3 X 1.5 sq. mm FRLS

PVC insulated copper conductor single core

cable form cable loop box to fittings, etc

complete. as reqd. 2 Nos 6031 Each 12062

SH-VII (Cubical Panel)

7.1Fabrication, Supply, errection, testing &commissioning of free standing, cubical type,compartmentalized indoor door (IP42) LTPanel of suitable size made out of 2 mmthick CRCA sheet steel, powder coated inapprove red colour( 7 tank process), depthnot less than 300 mm, with 200 A 4 stripAluminium bus bar of atleast 35 KA rupturingcapacity complete with insulations,separators, interconnecting aluminiumbars/cables, cable alleys, cable

connecting/terminatingbars/terminals/studs, gland plate,

screw,bolts, nuts and washers, earth bus, earth

stud/bolt, mounting channel, control wiringfor meters and indicators and protectivedevices with suitable size PVC insulated

copper conductor cable and powder coatingof approved quality and shade includingproviding and fixing of following switchgears, and accessories etc. complete as

required as per specification and schematic

line diagram attached.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

192

(a) LT Panel - 1 ( For Hostel)Incomer –

160A FP 36kA MCCB with adjustablethermal magnetic OL/SC protection(Ics=Icu=100%) – 1 no

(b) R/Y/B Phase Indication Lamp-1Set

(c) MCB SP 6A 10 KA for protection-3 Nos

(d)Basic 3 Phase digital multifunction meter(AMP,VOLT, PF,KWH)

Outgoing –

(e) 100 A FPMCCB, 25 KA, Ics= 100% Icu,Thermal Magnetic - 6 nos. 1 Job 171008 Job 171008

7.2Fabrication, Supply, errection, testing &commissioning of free standing, cubical type,compartmentalized indoor door (IP42)LTPanel of suitable size made out of 2 mmthick CRCA sheet steel, powder coated inapprove red colour( 7 tank process), depthnot less than 300 mm, with 400 A 4 stripAluminium bus bar of atleast 35 KA rupturing

capacity complete with insulations,separators, interconnecting aluminium

bars/cables, cable alleys, cable

connecting/terminatingbars/terminals/studs, gland plate, screw,bolts, nuts and washers, earth bus, earthstud/bolt, mounting channel, control wiringfor meters and indicators and protectivedevices with suitable size PVC insulatedcopper conductor cable and powder coatingof approved quality and shade includingproviding and fixing of following switchgears, and accessories etc. complete asrequired as per specification and schematic

line diagram attached

(a) LT Panel - 2 ( Institute Supply panel)Incomer –320A FP 36kA MCCB with adjustable thermalmagnetic OL/SC protection (Ics=Icu=100%) –

1 no

(b) R/Y/B Phase Indication Lamp-1Set

(c) MCB SP 6A 10 KA for protection-3 Nos

(d)Basic 3 Phase digital multifunction meter(AMP,VOLT, PF,KWH)

Outgoing –

(e) 160 A FPMCCB, 25 KA, Ics= 100% Icu,Thermal Magnetic - 6 nos. 1 Job 201913 Job 201913

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

193

S.H - VIII (Down comer andFIRE

EXTINGUISHER )

8.1 Supplying, installation, testing &commissioning of Dry powder type(ABC type)fire extinguisher of 6 kg capacity (IS-15683) inMS cylinder fitted with pressure gauge ,discharge mechanism, with dischargepipefully charged i/c providing & fixing suitable

bracket etc. as required. 20 Nos. 3253Each 65060

(a) 6 kg

8.2Providing, fixing, testing and commissioning,of the following sizes of flange jointed/screwed / welded, GI pipes of Class C (heavyclass) ISI marked (IS:1239)and of approvedmake, including accessories such as MSbracket, U clamps with Anchor fasteners,tees / elbows / reducers / couplings / unions/ bends / flanges etc., and laying on thesurface including painting with two coats ofanticorrosive primer and two coats ofapproved red enamel paint after laying andtesting to 13.5 Kg/Sq.cm hydraulic pressureafter installation etc. as per specifications

complete as required.

a) 50 mm dia 65 mtr 954 mtr 62010

3.10Providing ,installing and commissioning offirst aid hose reel equipment comprising ofpowder coated swinging type hose reel drum(IS: 884) wall mounting type fixing bracket,

25 mm dia GM Globe valve with

25mmstainless steel, shut off nozzle, thermoplastic(textile reinforced )(type -2 As per IS-12585)water hose of 20 mm dia x 30 mtr longwith 8 mm bore i/c painting as required. 12 Nos. 12135 each 145620

3.2Providing, fixing including testing andcommissioning the following sizesofhorizontal / vertical non-return valves(checkvalves) made out of C.I. body and bronze/gunmetal seat, ISI marked conforming to classPN 1.6 of IS:5312 and of approved makecomplete with flanges, bolts and nuts, rubberinsertions etc.as per specification completeas required.

a) 50 mm dia 2 Nos 1533 mtr 3066

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

194

3.1 Providing, fixing including testing andcommissioning the following sizes of flangedtype butterfly valves of cast iron body andwith necessary control conforming to classPN 1.6 of IS:13095 of 1991 complete withbolts and nuts, rubber insertions etc. as perspecification complete as required.

a) 50 mm dia 12 Nos 2333 Each 27996

1.3 Supplying, Installing, Testing andCommissioning of Pressurisation pump setfor Down commer system suitable for

manual / automatic operation as per

specification as required and comprising ofthe following

(a) 1 No. horizontal multi stage pressurisationpump having Minimum discharge of 180 LPM

at 9 meter head, pump casing of cast iron,

conforming to IS:1520, parts like impeller,shaft sleeve wearing ring

of non-corrosive

metal like bronze/stainless steel/gun metaland shaft of stainless steel.

(b) 1 No. squirrel cage induction motorconforming to IS: 325-1978 with class Finsulation TEFC type conforming to relevant

protection/safety class of IS:4691-1968,synchronous speed of 1500 RPM continuous

duty, designed for operation on. 230/ 415volt , 50 Hz, AC supply.

(c) Common bed plate fabricated out of MSchannel of suitable size for assembling the

pump and the motor, flexible coupling and

with coupling guard for protection/safetyincluding painting etc. as required.

(d)Making cement concrete foundation suitablefor electrical pump set including vibrationisolation by providing cushy foot mount pads

as necessary, foundation bolts, brackets,clamps, fixtures, grouting etc, in accordancewith manufacturer's design etc. complete as

required. 2 Nos 23787 Each 47574

9S.H - IX (Lifts )

9.1 Supplying, Installation, testing &commissioning of 13 person / 884 Kgpassenger lift having contract speed of 1 MPSin the existing lift shaft as per detailedspecifications enclosed and as under:

Location of Lift: RLTI Building, Shillong

(i) Speed : 1 MPS

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE (P-II), AE(E) (P), EE(E) (P)

195

(ii) Floors : G+3

(iii) Travel : 10.5 Meters (approx.)

(iv) Stops & opening : 4 Stops, 4 opening

(v)Available Size of Lift w ell : 2500 Width x1900 Depth (Approx)

(vi) Controller : Variable Voltage VariableFrequency Drive with Microprocessor based

Simplex Full Collective Control.

(vii) Power - 415 V+/- 5%

, 3 Phase,50Hz,

(viii) Type of doors

(a) Car: Power operate d centre openinghorizontal sliding stainl ess

steelfinish

combination as per technical specification

mentioned in NIT.

(b) Landing doors: Pow er operated centreopening horizontal sliding stainless steelfinish combination as pe r technical

specification mentioned in NIT.

(c) A hand rail not less t han 600mm long at900mm above floor leve l to be fixed on allthree sides in the lift car.

(e) Voice announcemen t system in the car toannounce the position o f the elevator in thehoistway as the car passes or stops at a floorserved by the elevator as per technical

specification mentioned in NIT.

Note:- Above mentione d work includes allthe minor items which

may not havebeen

mentioned above or in

NIT but essentialto

satisfactory completion and operationof lifts.

1 Nos173

4000.00 Each173400

0

10Sub-Head-X (DG Set with AMFPanel)

10.1 D.G. SET

Providing, Installing, Testing andCommissioning of 'silen t type water cooledDG set having Prime Power Rating of100KVA, 415 volts at 15 00 RPM, 0.8 laggingpower factor at 415 Vol t suitable for 50 Hz, 3phase system & for 0.85 Load Factor andconsisting of the followings:

a) Diesel Engine:

Correction. Nil Deletion.. Nil Inse rtion.. Nil Overwriting.. Nil AE (P),EE (P-II), AE(E) (P), EE(E) (P)

196

Diesel engine, 4 stroke, water cooled, electricstart, of suitable BHP at 1500 RPM suitablefor above output of alternator at 40 DegreeC, 50% RH & at 1500 Meter MSL andconforming to BS 5514, BS 649, IS 10000,capable of taking 10% over loading for onehour after 12 hours of continuous operation.The engine will be fitted complete with allthe required accessories.

b)Engine mounted instrument Panel fitted with and having digital for following:i)Start-stop switch with key

ii)Water temperature indication

iii) Lubrication oil pressure indication iv) Lubrication oil temperature indication

v) Battery charging indication vi) RPM indicationvii) Over speed indication

viii) Low lub. Oil trip indication ix) Engine Hours indication

c) Alternator :

Synchronous alternator rated at 100KVA, 415Volts at 1500 RPM , 3 phase 50 Hz, AC supplywith 0.8 lagging power factor at 40 Degree C,50% RH & at 1500 Meter MSL. The

alternator shall be having SPDP enclosure,brushless, continuous duty, self-excited andself-regulated through AVR conforming to IS:4722/ BS: 2613 suitable for tropical

conditions and with class H insulation.d) Base Frame &Foundation :

Both the engine and alternator shall bemounted on suitable base frame made of MSchannel with necessary reinforcement whichshall be installed on suitable cementconcrete foundation and vibration isolationarrangement as per recommendations ofmanufacturer.

e) Fuel Tank :

Daily service fuel tank of as per manufacturerstandard fabricated from M.S. sheetcomplete with all standard accessories andfuel piping between fuel tank and dieselengine with MS class 'C' pipes of suitable dia.Complete with valves, level indications &accessories as required as per specifications.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

197

f) Exhaust System

As per OEM standard & design.

g) Starting System

12 / 24V DC starting system comprising ofstarter motors: voltage regulator andarrangement for initial excitation completewith suitable nos. of batteries (25 plates, 180Amp Hour capacity lead acid type) asrequired as per specifications.

h) Acoustic and weather proofenclosure with arrangement forfresh air intake for cooling of theengine & alternator, extraction,discharging hot air in to theatmosphere as per specifications.i) AMF Panel for above 100 KVA DG set

Fabrication, installing, testing &

commissioning of automatic mains failurecontrolpanel including manual by- passpanel suitable for 100 KVA silent type DG set,415V, 3 Phase, 4Wire 50 Hz AC supply systemfabricated in compartmentalized (preferably)design from CRCA sheet steel of 2 mm thickfor frame work and covers, 3mm thick forgland plates i/c cleaning & finishing completewith 7 tank process for powder coating inapproved shade, having suitable capacityextensible type TP&N aluminium alloy busbars of high conductivity, DMC/ SMC bus barsupports, bottombase channel of MSsection not less than 50 mm x 50mm x 6 mmthick complete with relays, timers, set of CTsfor metering& protectionand energyanalyser to indicate currents, phase and linevoltages, frequency, power factor, KWH,KVRH & provision for overload, short circuit,restricted earth fault, under frequency,

control cabling from AMF panel to dieselengine and elsewhereif required, allcomplete and including the following:(I) AMF

a) 160 Amp., 4P, MCCB , Micro Processorbase ( ICu= Ish)complete-2 Nos.

b) 160 Amp., 3/4 pole powercontactors complete with aux.contactor blocks , 415V, wide bandcoils capable of handling voltagevariations.c) 160 Amp rating 4 pole 'ON' load Change

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)

198

Over Switch.- 1no.

d)Auto/ Manual/ Test/ Off Selector Switch.

e) 2nos over voltage relay, 2nos under voltage relay and 1no reverse power relay

f) 3 Sets of 100/5 amps CTs of 15 VA burden and accuracy class 1.0 for metering

g) Energy analyzer unit (digital withLCD display) to indicate currentvoltage frequency power factor andKWH. -1 No.

h) LED type Indicating lamps forload 'on mains' and load 'on set'with 2A,10 kA SP MCB's forprotection.

i) Fuse for instruments, Adequateno. of 2A,10 kA SP MCB's forprotection of all instruments.

j) Battery charger shall be as per OEM standard & design.k)Main supply failure monitor

l)Supply failure timer.

m) Restoration timer.

n)Control unit with three impulseautomatic engine start/ stop andfailure to start lockout.

o) Impulse counter with locking and reset facility.

p) ON/OFF/Control circuit switch with indicator.q)Audio/Video annunciation for

r)High water temperature

s) Low lubricating oil pressure

t)Engine over speed

u)Engine fails to start

v) Full load/maximum load warning 1 Set 1342955 Each 1342955

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting.. Nil AE (P), EE(P-II), AE(E) (P), EE(E) (P)