tender

118
N. I. T. /TENDER PAPER NIT No. : 2222/NIT/CE(EZ-V)/CPWD/2015-2016 This Composite Tender contains 1 to 20 pages (Part-A) for Compsite Work, 21 to 78 pages (Part-B) for Civil Works & Page 79 - 116 (Part-C) for Electrical Works. AE (P) EE (P) SE Approved CE,EZ-V Name of work : Construction of Hostel for Pool Scientist Research Fellow and Research Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water supply, sanitary installation and drainage,IEI and fans, Rising main, LAN, Lightning conductor , GI pipe for service connection, Split & Cassette type AC Units and 02 nos. 8 and 6 Passenger Lifts.” Composite Estimated Cost : Rs. 5,83,40,700/- Earnest Money : Rs. 11,66,814/- (To be returned after receiving performance guarantee) Performance Guarantee : 5% of tendered value. Security Deposit : 2.50 % of tendered value. Time Allowed : 8 ( Eight ) months.

Upload: executive-engineer

Post on 13-Dec-2015

34 views

Category:

Documents


4 download

DESCRIPTION

nitscivil

TRANSCRIPT

Page 1: Tender

N. I. T. /TENDER PAPER

NIT No. : 2222/NIT/CE(EZ-V)/CPWD/2015-2016

This Composite Tender contains 1 to 20 pages (Part-A) for Compsite

Work, 21 to 78 pages (Part-B) for Civil Works & Page 79 - 116 (Part-C) for

Electrical Works.

AE (P) EE (P) SE

Approved

CE,EZ-V

Name of work : “Construction of Hostel for Pool Scientist Research Fellow and Research

Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water supply,

sanitary installation and drainage,IEI and fans, Rising main, LAN,

Lightning conductor , GI pipe for service connection, Split & Cassette type

AC Units and 02 nos. 8 and 6 Passenger Lifts.”

Composite Estimated Cost : Rs. 5,83,40,700/-

Earnest Money : Rs. 11,66,814/- (To be returned after receiving performance

guarantee)

Performance Guarantee : 5% of tendered value.

Security Deposit : 2.50 % of tendered value.

Time Allowed : 8 ( Eight ) months.

Page 2: Tender

1

INDEX

Sl. No. Description Page No.

Index 1

Part-A (Composite work) Information & Instruction for Bidders for e-tendering 2-3

--do-- NIT (Form CPWD-6) 4-9

--do-- Form of Earnest Money (Bank Guarantee) 10

--do-- Item rate tender & contract for works (Form CPWD-8) 11-20

Part-B (Civil Works) Brief Scope of Work 21-22

--do-- Particular Specifications & Special Conditions 23-33

--do-- Integrity Agreement 34-37

--do-- List of approved make of Materials 38-41

--do-- Schedule of Quantities ( Civil) 42-78

Part-C (Electrical Work)

--do-- Additional Conditions for Internal Electrical Installations 79-86

--do-- Additional Conditions for Passanger Lift 87-99

--do-- Schedule of Quantity(Electrical) 100-112

--do-- Special condition for E & M 113-116

This Composite Tender contains 1 to 20 pages (Part-A) for Compsite Work, 21 to

78 pages (Part-B) for Civil Works & Page 79 - 116 (Part-C) for Electrical Works.

AE(P) EE(P) SE

Chief Engineer

Name of work : “Construction of Hostel for Pool Scientist Research Fellow and Research

Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water

supply, sanitary installation and drainage,IEI and fans, Rising main,

LAN, Lightning conductor , GI pipe for service connection, Split &

Cassette type AC Units and 02 nos. 8 and 6 Passenger Lifts.”

Page 3: Tender

2

PART-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR

e-TENDERING

The Executive Engineer, Bhubaneswar Central Division- I, Central Public Works Department, Bhubaneswar

(Telephone Telephone No. & Fax No.0674-2560828,2560898) on behalf of President of India invites online item

rate/percentage rate bids from approved and eligible contractors of CPWD and those of appropriate list of M.E.S., BSNL,

Railway and ……….. State P.W.D (B&R) or State Govt.’s Department ………. Dealing with building and roads, if there

is no State PWD (B&R), (Strike out as the case may be) for the following work(s):

Sl.

No

.

NIT

No

.

Name of Work & location Estimated cost put to

bid

Ear

nes

t M

oney

Per

iod

of

Co

mp

leti

on

Last date &

time of

submission of

bid, EMD,

etender

processing

fees and other

documents

Time &

date of

opening of

bid

1.

22

/NIT

/CE

(EZ

-V)/

20

15-1

6 “Construction of Hostel for

Pool Scientist Research Fellow

and Research Scholars at

CIPET, HLC, Bhubaneswar,

Odisha i/c internal water

supply, sanitary installation

and drainage,IEI and fans,

Rising main, LAN, Lightning

conductor , GI pipe for service

connection, Split & Cassette

type AC Units and 02 nos. 8

and 6 Passenger Lifts.”

Rs. 5,83,40,700/-

Rs.11,66,814/-

(Rupees Eleven

lac Sixty six

thousand Eight

Hundred

Fourteen) only

8 (

Eig

ht)

Mo

nth

s

At 3.00 PM

on

20.06.2015

Upto 3.30

PM on

20.06.2015

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if

he considers himself eligible and he is in possession of all the documents required.

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 of items to be

executed and the set of terms and conditions of the contract to be complied with and other necessary documents

can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

4. But the bid can only be submitted after depositing processing fee in favour of ITI Limited and uploading the

mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call Receipt

or Fixed Deposit Receipts and Bank Guarantee of any Schedule Bank towards EMD in favour of Executive

Engineer, BCD-I, CPWD, Bhubaneswar and other documents as specified.

5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If

needed they can be imparted training on online bidding process as per details available on the website.

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 columns meant for quoting rate in figures appear 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”.

* Blanks to be filled by EE/BCD-I.

Page 4: Tender

3

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).

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

1. Treasury Challan/ Demand Draft /Pay order or Banker’s Cheque/Deposit at call

Receipt /FDR/Bank Guarantee of any Schedule Bank against EMD. 2. Enlistment Order of the Contractor.

3. Certificate of Registration for Sales Tax/ VAT and service tax and

acknowledgement of upto date filed return if required.

4. An undertaking that “The Physical EMD shall be deposited by me/us with the

EE calling the bid in case I/we become the lowest bidder within a week of the

opening of financial bid otherwise department may reject the bid and also take

action to withdraw my/our enlistment/ debar me/us from tendering in CPWD.”

* Blanks to be filled by EE/ BCD-I

Page 5: Tender

4

CPWD-6 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING BID

1. Item rate/percentage rate bids are invited on behalf of President of India from approved and eligible contractors of

CPWD and those of appropriate list of M.E.S., BSNL, Railway and …….. State P.W.D. (B&R) or State Govt.’s

Department …………………... (strike out as the case may be) dealing with building and roads, if there is no State

PWD (B&R) for the work of “Construction of Hostel for Pool Scientist Research Fellow and Research

Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water supply, sanitary installation and

drainage,IEI and fans, Rising main, LAN, Lightning conductor , GI pipe for service connection, Split

& Cassette type AC Units and 02 nos. 8 and 6 Passenger Lifts.”

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 The work is estimated to cost Rs. 5,83,40,700/- This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent of approve NIT for the combined cost and belonging to the major discipline

will consolidate NITs for calling the bids. He will also nominate Division which will deal with all

matters relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, it should clearly indicate

the estimated cost of each component separately. The eligibility of bidders will correspond to the

combined estimated cost of different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate authority,

which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of

magnitude specified below:-

Criteria of eligibility for submission of bid documents

1.2.1 Conditions for Non-CPWD contractors only, if bids are also open to non-CPWD contractors. For

works estimated to cost up to s. 15 Crore (the figure of s.15 Crore may be modified as per

bidding limit of CPWD class I/Group A contractors of respective discipline such as Electrical,

Horticulture and Furniture etc. as the case may be).

Three similar works each of value not less then s …….. lacs or two similar work each of value not less

than s ……. lacs or one similar work of value not less than s …… lacs (all figures rounded to nearest

B.10 lac) in last 7 years ending last day of the month previous to the one in which the bids are invited.

Note :- For works costing above s.3 Crore but up to s.15 Crore, (the figure of s.3 Crore and s.15 Crore may be

modified as per bidding limit of CPWD class II/Group B and CPWD class I/Group A contractors

respectively of respective discipline such as Electrical, Horticulture and Furniture etc. as the case may

be) when bids are open to non-CPWD contractors also, then class II contractors of CPWD shall also be

eligible if they satisfy the eligibility criteria specified in 1.2.1 above.

CPWD-6 for e-Tendering

Page 6: Tender

5

CPWD-6 CPWD

1.2.2

Criteria of eligibility for CPWD as well as non-CPWD contractors.

For works estimated to cost above s. 15 Crore (the figure of B.15 Crore may be modified as per

bidding limit of CPWD class I/Group A contractors of respective discipline such as Electrical,

Horticulture and Furniture etc. as the case may be).

Three similar works each of value not less than s …………….. or two similar work each of value not

less than s …………. or one similar work of value not less than s ……………….. (all figures rounded

to nearest s 10 lac) in last 7 years ending last day of the month previous to the one in which the bids

are invited.

The value of executed works shall be brought to current costing level by enhancing the actual value of

work at simple rate of 7% per annum, calculated from the date of completion to the last date of

submission of bid.

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:

I/We undertake and confirm that eligible similar works(s) has/have not been got executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of

Department, then I/we shall be debarred for biding in CPWD in future forever. Also, if such a violation

comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to

forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be

uploaded at the time of submission of bid).

1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors as per provisions of

clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class-II contractors to

upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2.

But for such bids, Class-I contractors of CPWD are eligible to submit the bids without submission of

work experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two

separate letters for experience certificate and affidavit that these documents are not required to be

submitted by them. Uploading of these two letters is mandatory otherwise system will not clear

mandatory fields.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 (or other Standard From as

mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in.

Bidders shall quote his rates 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 be 8 (Eight) months from the date of start as defined in schedule ‘F’

or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated

in the bid documents.

4. The site for the work is available.

OR

The site for the work shall be made available in parts as specified below :-

…………………………………………………………………………………………………………………………

5.

The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be

executed and the set of terms & conditions of the contract to be complied with and other necessary documents except

Standard General Conditions of Contract Form can be seen from website www.tenderwizard.com/CPWD or

www.cpwd.gov.in free of cost.

* Blanks to be filled by EE/BCD-I

CPWD - 6 for e-Tendering

Page 7: Tender

6

CPWD-6 CPWD

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 shall be

mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

9.

A part of earnest money Rs.11,66,814/- is acceptable in the form of bank guarantee also. In such case minimum 50%

of earnest money or Rs. 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and balance in

shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of

bids. which is to be scanned and uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after

opening of financial bid failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the

enlisting authority/ the agency shall be debarred from tendering in CPWD.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The physical EMD shall be deposited by me/us with the EE calling the bid in case I/we become the lowest

bidder within a week of opening of financial bid otherwise department may reject the bid and also take action

to withdraw my/our enlistment / debar me / us from tendering in CPWD.”

Interested contractor who wish to participate in the bid has also to make following payments within the period of bid

submission.

e-Tender Processing Fee – Rs. 5700/- (Rupees Five thousand Seven hundred) only shall be payable to M/s

ITI Limited through their e-gateway by credit/debit card ,internet banking or RGTS/NEFT facility.

Copy of Enlistment Order and certificate of work experience, and other documents as specified in the Press Notice

shall be scanned and uploaded to the e-Tendering website within the period of bid submission .However ,certified

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

lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in

the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited e-

Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other documents scanned and uploaded

are found in order.

The bid submitted shall be opened at 3.30 PM on 20.06.2015.

* Blanks to be filled by EE/BCD-I

CPWD - 6 for e-Tendering

Page 8: Tender

7

10. The bid submitted shall become invalid & e-Tender processing fee shall not be refunded if:

(i) The bidders is found ineligible.

(ii) The bidders does not upload all the documents (including service tax registration/VAT registration/Sales Tax

registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of

the scanned copy of EMD uploaded.

(iii)

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.

(iv) The lowest bidder does not deposit physical EMD within a week of opening of bid.

11. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five Percent)

of the bided amount within the period specified in schedule F. This guarantee shall be in the form of cash (in

case guarantee amount is less than s 10000/-) 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 s 100000/-) or Government Securities or Fixed Deposit Receipts or Guarantee

Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the

contractor fails to deposit the said performance guarantee within the period as indicated in schedule ‘F’

including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited

automatically without any notice to the contractor. The Earnest Money deposited along with tender shall be

returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will be

required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining

labour licenses, registration with EPFO,ESIC and BOCW Welfare Board and Programme Chart

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

12. 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 is practicable), 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 bidders shall be deemed to have full knowledge 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 his own cost all materials, tools & plants, water,

electricity access, facilities for workers and all other services required for executing the work unless otherwise

specifically provided for in the contract documents. Submission of a bid by a bidders 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 be done 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 r ebate 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 to 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 contractors of

Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is

posted a Divisional Accountant or as an officer in any capacity between the grades of Executive Engineer and

Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in

any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the

Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by

the contractor would render him liable to be removed from the approved list of contractors of this Department.

* Blanks to be filled by EE/BCD-I

CPWD - 6 for e-Tendering

CPWD-6 CPWD

Page 9: Tender

8

17.

CPWD-6 CPWD

No Engineer of gazetted 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 a period of one

year after his retirement from Government service, without the previous permission of the Government of

India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found

any time to be such a person who has not obtained the permission of the Government of India as aforesaid

before submission of the bid or engagement in the contractor’s service.

18. The validity period i.e. the tender shall remain open for acceptance for a period of 30/45/60/90 days from the

opening of date of tenders, for single bid tenders as under:-

i. Tenders to be accepted by EE - upto 30 days.

ii. Tenders to be accepted by SE- upto 45 days.

iii. Tenders to be accepted by CE - upto 60 days.

iv. Tenders to be approved by ADG / Spl.DG / DG / CWB -upto 90 days.

If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or

makes any modifications in the terms and conditions of the bid which are not acceptable to the department,

then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the

said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding

process of the work.

19. This notice inviting Bid shall form part of the contract document. The successful bidder/contractor, on

acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the

work, sign the contract consisting of :-

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 quoted

online at the time of submission of bid and acceptance thereof together with any correspondence

leading thereto.

b) Standard C.P.W.D. Form 8 on other standard CPWD from as applicable.

20. For Composite Bids

20.1.1 The Executive Engineer in charge of the major component will call bids for the composite

work. The cost of bid document and Earnest Money will be fixed with respect to the combined

estimated cost put to bid for the composite bid.

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-8 including schedule A to F for major component of the work, Standard

General Conditions of Contract for CPWD 2014 as amended/modified upto date of dropping of

tender.

Part B :- General/specific conditions, specifications and schedule of quantities applicable to major

component of the work.

Part C :- Schedule A to F for minor component of the work. (SE/EE in charge of major component shall

also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for

major components) General/specific conditions, specifications and schedule of quantities

applicable to minor component (s) of the work.

20.1.3 The bidders must associate with himself, agencies of the appropriate class eligible to bid for

each of the minor component individually.

CPWD - 6 for e-Tendering

Page 10: Tender

9

CPWD-6 CPWD

20.1.4

The eligible bidders shall quote rates for all items of major component as well as for all items of

minor components of work.

20.1.5

After acceptance of the bid by competent authority, the EE in charge of major component of the

work shall issue letter of award on behalf of the President of India. After the work is awarded,

the main contractor will have to enter into one agreement with EE in charge of major

component and has also to sign two or more copies of agreement depending upon number of

EE’s/DDH in charge of minor component. One such signed set of agreement shall be handed

over to EE/DDH in charge of minor component. EE of major component will operate part A

and part B of the agreement. EE/DDH in charge of minor component (s) shall operate Part C

along with Part A of the agreement.

20.1.6 Entire work under the scope of composite bid including major and all minor components shall

be executed under one agreement.

20.1.7 Security Deposit will be worked out separately for each component corresponding to the

estimated cost of the respective component of works.

20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility

criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-

in-charge of minor component(s) within prescribed time. Name of the agency(s) to be

associated shall be approved by Engineer-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 of the contract, he shall obtain prior approval of Engineer-in-charge of minor

component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria.

In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the

contractor to change the agency executing such items of work and this shall be binding on the

contractor.

20.1.10 The main contractor has to enter into agreement with the contractor(s) associated by him for

execution of minor components(s). Copy of such agreement shall be submitted to EE/DDH in

charge of each minor component as well as to EE in charge of major component. In case of

change of associate contractor, the main contractor has to enter into agreement with the new

contractor associated by him.

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 minor component directly to the main contractor.

20.1.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)

in charge of minor component(s) will prepare and pass the final bill for their component of work

and pass on the same to the EE of major component for including in the final bill for composite

contract.

20.1.12.A. The composite work shall be treated as complete when all the

components of the work are complete. The completion certificate of the

composite work shall be recorded by Engineer-in-charge of major

component 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 charge of minor component(s) will prepare and pass the final bill for their component of work

and pass on the same to the EE of major component for including in the final bill for composite

contract.

Page 11: Tender

10

FORM OF EARNEST MONEY (BANK GUARANTEE)

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

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 of Rs. ......................... (Rs. in

words .................................................) for which payment well and truly to be made to the 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 tender 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.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first

written demand, without the Engineer-in-Charge having to substantiate his demand, provided that in his demand the

Engineer-in-Charge will note that the amount claimed by him is due to him owing to the occurrence of one 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 tender 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 reach the 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 6 months from last date of receipt of tender.

Page 12: Tender

11

CPWD-8 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Tender/Item Rate Tender & Contract for Works

(A) Tender for the work of: - “Construction of Hostel for Pool Scientist Research Fellow and Research

Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water supply, sanitary installation

and drainage,IEI and fans, Rising main, LAN, Lightning conductor , GI pipe for service

connection, Split & Cassette type AC Units and 02 nos. 8 and 6 Passenger Lifts.”

(i) To be submitted online by 15.00 hours on 20.06.2015 to

Executive Engineer, BCD-I, CPWD, Bhubaneswar

(ii) To be opened in presence of tenderers who may be present at 15.30 hours on 13.04.2015 in the office of Executive Engineer, BCD-I , CPWD, Bhubaneswar

Issued to ………………………………*…………………………………………………..

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

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

Date of Issue …………*…………….

COMPOSITE 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, of 2014 with up to date amendments,

Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions

of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in

Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the specifications, designs,

drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the

Conditions of contract of 2014 with up to date amendments and with such materials as are provided for, by, and in

respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for ninety (90) days from the due date of its opening / ninety days from the date of

opening of financial bid in case tenders are invited on 2/3 envelop system (strike out as the case may be) and not to

make any modification in its terms and conditions.

A sum of Rs. 11,66,814/-is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled

bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a

scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed

period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right

or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,

I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy

available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the

said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender

documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be

determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We

agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for

participation in the re-tendering process of the work.

Page 13: Tender

12

CPWD-8 CPWD

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor

on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be

debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before

date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money

Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as

secret/confidential documents and shall not communicate information/derived therefrom to any person other than

a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial

to the safety of the State. Dated: …………..**…………….

Signature of Contractor **

Witness: **

Address: ** Postal Address **

Occupation: **

ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for an on

behalf of the President of India for a sum of s.………*……………..……..

(Rupee……………………………………………………………*………………………………………………………).

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

(a) *

(b) *

(c) *

For & on behalf of President of India Signature …………………*……………………

Dated: ……*…….. Designation ………………*………………….

* Blanks to be filled by EE/BCD-I

** To be filled by Contractor

Page 14: Tender

13

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES

(Separate Proforma for Civil & Elect. Works in case of Composite Tenders) (Operative Schedules

to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3) Page No. 42 to 78 (Civil) Page No. 100 to 112 (Elect.)

SCHEDULE 'B'

Schedule of materials to be issued to the contractor. S. No. Description of item Quantity Rates in figures &

words at Which the material will be charged to the

contractor

Place of issue

1 2 3 4 5

NIL

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue

1 2 3 4

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any. N I L

Page 15: Tender

14

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

SCHEDULE ‘E’

Reference to General Conditions of contract of 2014 with amendments up-to-date of dropping of tender.

Name of Work : “Construction of Hostel for Pool Scientist Research Fellow and Research

Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water

supply, sanitary installation and drainage,IEI and fans, Rising main,

LAN, Lightning conductor , GI pipe for service connection, Split &

Cassette type AC Units and 02 nos. 8 and 6 Passenger Lifts.” dha, Bhubaneswar”.

Estimated cost of work: Rs. 5,83,40,700/-

(i) Earnest Money : Rs. 11,66,814/- (To be returned after receiving

performance guarantee)

(ii) Performance Guarantee : 5 % of tendered value

(iii) Security Deposit : 2.50 % of tendered value

SCHEDULE 'F'

GENERAL RULES & DIRECTIONS : Officer inviting tender EE/BCD-I /CPWD/Bhubaneswar

Maximum 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

Definitions:

2(v) Engineer-in-Charge EE/BCD-I/CPWD/ Bhubaneswar.

2(viii) Accepting Authority SE/BCC/CPWD/Bhubaneswar

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits:

15%

2(xi) Standard Schedule of Rates DSR’ 2013

2(xii) Department Central Public Works Department.

9(ii) Standard CPWD Contract Form GCC 2014, CPWD Form 8 modified & Corrected up-to-date of

dropping of tender

Clause 1

(i) Time allowed for submission of Performance Guarantee,

Programme Chart (Time and Progress) and applicable labour

licences, registration with EPFO,ESIC and BOCW Welfare

Board or proof of applying thereof from the date of issue of

letter of acceptance

10 (Ten) days

(ii) Maximum allowable extension beyond the period

provided in (i) above with the late fee 0.1% per day of

Performance Guarantee amount beyond the period provided

in (i) above

10 (Ten) days

Page 16: Tender

15

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD Clause 2

Authority for fixing compensation under clause 2 SE/BCC/CPWD/ Bhubaneswar

Clause 2A

Whether Clause 2A shall be applicable Yes / No

Clause 5

Number of days from the date of issue of letter

of acceptance for reckoning date of start

*...... days

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

Sl. No.

Description of Milestone (Physical)

Block A:- Existing Building Block B:- New Building

Time allowed in

days (from date of start)

Amount to be with-held in case of non

achievement of mile stone( % of Tendered

amount ) 1. Block A:- RCC work upto 3rd Floor slab i/c slab casting 2.00

Months

1.25 % of tender amount Block B:- RCC work upto GF slab i/c slab casting

2

Block A:- RCC work upto 4th Floor slab i/c slab casting 3.00

Months 0.625 % of tender amount Block B:- RCC work upto FF slab, brick work in GF i/c slab

casting

3 Block A:- Brick work in 3rd Floor i/c conduit work and completion of M/C room and lift well

4.00 Months

0.625 % of tender amount Block B:- RCC work upto 2nd F slab,brick work in FF i/c conduit work

Electrical : Placement of order for lift

4 Block A:- Brick work in 4th Floor i/c conduit work i/c Supply of lift at site

5.00 Months

0.625 % of tender amount Block B:- RCC work upto 4th F slab, brick work upto 3rd Floor slab and completion of M/C room and lift well i/c Supply of lift at site

5 Block A:- Internal and external plastering work , : Balance electrical conduit work , Installation lift 6.00

Months 0.625 % of tender amount

Block B:- All brick work, Plastering upto 3rd floor slab

6 Block A:- Aluminium work, door and windows, flooring, Electrical wiring. 7.00

Months 0.625 % of tender amount

Block B:- Balance plastering Aluminium work, door and windows, flooring, Electrical wiring and Installation of lift

7

Block :- Painting and balance work, testing and commissioning, clearing of site and handing over inventory 8.00

Months 0.625 % of tender amount

Block B:- Painting and balance work, testing and commissioning, clearing of site and handing over inventory

* Blanks to be filled by EE/BCD-I

Page 17: Tender

16

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

Time allowed for execution of work 8 (Eight) Months

Authority to decide:

(i)

Extension of time SE/BCC/CPWD/ Bhubaneswar (Engineer in Charge or Engineer in Charge

of Major Component in case of Composite Contracts, as the case may be)

(ii) Rescheduling of mile stones SE/BCC/CPWD/Bhubaneswar (Superintending Engineer in

Charge or Superintending Engineer in Charge of Major Component in case of Composite

Contracts, as the case may be) Clause 6, 6A

Clause applicable - (6 or 6A) 6A

Clause 7

Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment

Rs. 50 lacs

Clause 7A No Running Account Bill Shall be paid for the work till the Applicable labour licences, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-charge.

Clause 10A

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

1. Balance 2. Sieve as per IS460-1962 3. Oven

4. Dial Gauge 5. Equipment for Slump Test 6. Sieve Shaker

7. Graduated Measuring Cylinder 8. Enamel Tray 9. Compression Testing Machine

Clause 10B(ii) Whether Clause 10 B (ii) shall be applicable Yes

Page 18: Tender

17

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 10C

Component of labour expressed as percent of value of work = 25%(Twenty Five percent)

Clause 10CA

S.

No. Material covered under this clause

Nearest Materials (other than cement,

reinforcement bars and the structural steel) for

which All India

Wholesale Price Index

to be followed

Base Price of all Materials covered under clause 10 CA*

1 Cement

1. ………………… 1 . PPC – Rs.6400/- Per MT

2 Reinforcement bars 2. …………………... 2 . Primary Producer – Rs.49000/- Per MT

3 Structural steel 3. …………………... 3. Rs. 47000 /- Per MT

In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary producers then:

a) The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by Rs.5,000/-

Per MT.

b) The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as ‘a’ above converted to per kg plus

Contractor’s Profit and Over Heads as applicable) (currently 15%)

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

Page 19: Tender

18

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 10CC ---- Not Applicable

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column

18 (Eighteen) months

Schedule of component of other Materials, Labour, POL etc. for price escalation. -

Nil

Component of civil (except materials covered under clause 10CA) /Electrical

construction Materials expressed as percent of total value of work

Xm ..........%

Component of Labour –

expressed as percent of total value of work.

Y ..........%

Component of P.O.L. –

expressed as percent of total value of work.

Z ..........%

Clause 11 Specifications to be followed

for execution of work CPWD Specifications 2009 volume -I & II with corrections of

slips up-to-date of dropping of tender and As per CPWD

General Specification for Electrical Works Part –I(Internal),Part-II

(External)

Clause 12

12.2. & 12.3 Deviation limit beyond which clauses 12.2 &

12.3 shall apply for building work

30% (Thirty percent)

12.5 1. Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for foundation work

(except earth work)

30% (Thirty percent)

2. Deviation Limit for items in earth work

Subhead of DSR or related items

100%(One Hundred percent)

Type of Work Original Work

Clause 16

Competent Authority for

deciding reduced rates.

SE/BCC/CPWD/ Bhubaneswar

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:- 1. Excavator (various capacity) 2. Bar Bending Machine 3. Bar Cutting Machine

4. Needle Vibrator 5. Drilling Machine

6. Compression Testing Machine

Clause 25

Constitution of Dispute Redressal Committee:- A] For total Claims more than Rs. 25 lacs Chairman - CE (EZ-I), CPWD, Kolkata

Member - SE (TLCQA), CPWD, Kolkata

DW(ER) will act as member in absence of SE

(TLCQA)

Member - SE (P), EZ-I, CPWD, Kolkata

Member - SE in charge of the work shall present case before DRC but shall not have any part in

decision making.

Deleted

Page 20: Tender

19

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD B] For total Claims upto Rs. 25 lacs Chairman - SE (TLCQA),CPWD, Kolkata

Member - EE (P), EZ-I, CPWD, Kolkata

Member - EE, EZ-I, CPWD, Kolkata (Other than EE under whose jurisdiction the work falls)

Member - EE in charge of the work shall present case before DRC but shall not have any part in

decision making.

Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate

S. No.

Minimum Qualification of Technical

Representative

Dis

cip

lin

e Designation (Principal

Technical/ Technical Representative)

Minimum Experience

Nu

mb

er

Rate at which recovery shall be made from the contractor in the event of not fulfilling

provision of clause 36(i)

Figures

1. Graduate Engineer

Civil Principal Technical

Representative.

Five

1

(One)

Rs.25,000/- p.m.

2. Graduate Engineer

Or

Diploma Engineer

Civil

Civil

Project/Site Engineer

Planning/Site/billing

Engineer)

Two

Five Years

1

(One)

1

(One)

Rs.15000/- p.m.

Rs.15,000/- p.m.

3. Graduate Engineer

or

Diploma Engineer Ele

ctri

ca1

/

Mec

han

ical

Principal Technical

Representative Project

Planning / Site / Billing

Engineer)

Two

Five Years

1

(One)

1

(One)

Rs. 15,000/- P.M.

Rs. 15,000/- P.M.

Notes: 1. ‘Cost of work’ in table above, means the agreement amount of the work. 2. Rate of recovery in case of non compliance of Clause 36(i) shall be made from the contractor at following rates:-

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

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not exceed 50% of requirements of degree engineers.

Clause 42

(i) (a) Schedule/statement for determining

theoretical quantity of cement & bitumen on

the basis of Delhi Schedule of Rates 2013 printed by C.P.W.D.

(ii) Variations permissible on theoretical quantities: (a) Cement

For works with estimated cost put

to tender not more than Rs. 5 lakh.

3% plus/minus

For works with estimated cost put to

tender more than Rs.5 lakh.

2% (Two percent)plus/minus.

(b) Bitumen All Works 2.5% plus & only &

nil on minus side

(c) Steel Reinforcement and structural steel

sections for each diameter, section and category

2%(Two percent) plus/minus

(d) All other materials Nil

(e) Schedule/statement for determining theoretical consumption of Brick work on the basis of CSR’

1994.

Page 21: Tender

20

AE (P) / EE (P)

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 permissible

variation

Less use beyond permissible variation

1. Cement PPC Conforming to IS 1489 (Part I) Nil Rs. 7,040 /- Per MT

( seven thousand forty

per MT)

2. Steel Reinforcement TMT Bar of all dia Nil Rs. 53,900/- Per MT.

( Fifty three thousand nine

hundred per MT)

3. Structural Sections Nil Rs. 51,700 /- Per MT.

( Fifty one thousand seven

hundred per MT)

PROFORMA OF SCHEDULES CPWD

Page 22: Tender

21

AE (P) / EE (P)

PART-B

BRIEF SCOPE OF WORK

Name of Work : “Construction of Hostel for Pool Scientist Research Fellow and Research Scholars

at CIPET, HLC, Bhubaneswar, Odisha i/c internal water supply, sanitary

installation and drainage, IEI and fans, Rising main, LAN, Lightning conductor ,

GI pipe for service connection, Split & Cassette type AC Units and 02 nos. 8 and 6

Passenger Lifts.”nstruction of 120 men Barrack (G+2 BSF at Khurdha,

Bhubaneswar”. 1. FOUNDATIONS:

i) The foundation will be single isolated. Foundation depth and size of foundation will be as specified in the

structural drawings.

ii) The bed of earth at the base of footings shall be properly compacted before laying lean concrete for receiving

the footings.

iii) The columns shall be connected by grade beam of size 375 x 300 mm at ground level.

iv) Lean Concrete:- C.C. 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40mm nominal size) of

specified thickness and width shall be provided below footings as per approved structural drawings.

v) Reinforced Cement Concrete footings & Columns: RCC shall be design mix M25 or mix as specified with

TMT bars/reinforcement of Fe 500D grade conforming to IS 1786-2008 as per structural drawings.

vi) Brick work:

a) 250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 7.5 designation common

burnt clay FPS (non-modular) bricks and as per structural drawings.

2. SUPERSTRUCTURE

i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase:- R.C.C shall be design mix

M25 or mix as specified with TMT bars reinforcement of Fe 500D grade conforming to IS 1786-2008 as per

approved structural drawings.

ii) Brick work in walls:

a) 230/250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 7.5 designation common

burnt clay FPS (non-modular) bricks and as per structural drawings.

3. DOORS & WINDOWS

a) 35mm thick shutters panelled or panelled glazed shutters provided in guard room.

b) PVC door shutter with PVC door frame shall be provided in toilets.

c) M.S. grill shall be in all windows and all openings.

4. FLOORING

a) Precast terrazzo tiles 22mm thick shall be provided in guard room.

5. SKIRTING

i) 100mm high skirting of precast terrazzo shall be provided matching to the floor finish in all the

rooms/places.

6. FINISHING

i) Internal Surface:

a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).

b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and RCC surface.

c) All internal wall shall be finished with two or more coats of acrylic emulsion paint over 1mm thick

cement based putty in all places.

Page 23: Tender

22

AE (P) / EE (P)

d) All grills and other metal and wood works shall be painted with synthetic enamel paint.

e) Internal finishing of guard room shall be oil bound washable distemper.

ii) External Surface:

a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand) as required.

b) All exterior finishes of boundary wall shall be finished with premium acrylic smooth exterior paint.

7. SANITARY & WATER SUPPLY

i) All the sanitary pipes & fittings shall be made of 100mm dia. centrifugally cast (spun) & sand cast iron

respectively. All internal pipes inside the building shall be concealed.

ii) All concealed floor traps and sand cast iron shall be encased with cement concrete 1:1.5:3.

iii) Water supply pipe shall be of GI pipes/CPVC of dia. as per the items. All internal water supply pipes shall be

concealed.

iv) PVC water storage tank shall be provided over the roof. The internal distribution of water supply in the unit

will be as per approved plan.

v) All exposed sand cast iron pipes are to be painted with paint of shade matching with wall.

9. MISCELLANEOUS

i) RCC coping shall be provided on top of brick work through out the length of boundary wall.

ii) Concertina coil over angle of 60x60x6mm shall be provided through out the boundary wall. The c/c spacing

of angles shall be 3m.

The above is merely indicative not exhaustive. The work shall be carried out as per

Architectural & Structural Drawings issued.

Page 24: Tender

23

AE (P) / EE (P)

P A R T I C U L A R S P E C I F I C A T I O N S & S P E C I A L C O N D I T I O N S

[A] PARTICULAR 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 to the above specifications and some additional specifications shall however apply:

i) All stone aggregates shall be of hard stone variety to be obtained from approved quarries at………*…………

ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality.

Sand shall be obtained from approved quarry at………*……… and screened as required. The same shall

consist of hard siliceous material. It shall be clean sand.

iii) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size …*..…(F.P.S.

units) [size ...…*…..mm.]. Brick shall be obtained from approved kiln at. ………*……….

2.0 Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract the

same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the date or receipt of

tenders on 20.06.2015

3.0 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered as

inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include

water encountered from any source, such as rains, floods, and sub-soil water table being high due to any other cause

whatsoever.

4.0 R.C.C. Work (Mix Design) 4.1 For concrete work laboratory tests with PPC cement will be carried out by the contractor through approved

laboratories/institutions approved by the Engineer-in-charge. For this purpose the various ingredients shall be

sent to the lab/test houses or Institutions and the samples of such ingredients sent shall be preserved at site.

The trial mix shall be prepared with approved aggregates, cement and water. The concrete batching plant to be

employed in the work shall be used for preparing the trial mix to simulate actual field conditions.

RMC 25grade or richer as per requirement shall be prepared without adding any admixture and minimum

cement content of RMC as specified in the item is based on without adding any admixture. Admixture may be

added to achieve desired workability for which nothing extra shall be paid to the contractor.

5.0 FLOORING The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms, Kitchen, W.C., etc. and

nothing extra on this account is admissible.

6.0 WOOD WORK The samples of species of timber/PVC to be used shall be deposited by the contractor with the Executive Engineer

before commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln

seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them, failing

which it would not be so accepted as kiln seasoned.

6.1 Factory made shutters, as specified shall be obtained from factories to be approved by the Engineer-in-

Charge and shall conform to IS: 2202 (Part-I) 1991. 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

shutters manufactured. The contractor will place order for manufacture of shutters only after written approval

of the Engineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of the

Engineer-in-Charge and recommend a name of another factory from the approved list in case the factory

already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will,

however, be accepted only if this meets the specified tests.

The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-Charge or

his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by

Engineer-in-Charge in part or full lot due to bad workmanship/quality. Such shutters will not be measured

and paid and the contractor shall remove the same from the site of work within 7 days after the written

instructions in this regard are issued by Engineer-in-Charge or his authorized representative.

Blank to be filled by EE/BCD- I

Page 25: Tender

24

AE (P) / EE (P)

7.0 STEEL WORK 7.1 All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970 before actual erection.

8.0 INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS 8.1 Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary shall be fixed to R.C.C. columns,

beams etc. with rawl plugs and nothing extra shall be paid for this.

8.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings and other fittings and

fixtures against pilferage and breakage during the period of installation and thereafter until the building is handed

over.

9.0 VARIATION IN CONSUMPTION OF MATERIALS 9.1 The variation in consumption of material shall be governed as per CPWD specifications and clauses of the contract

to the extent applicable.

10.0 CONDITIONS 10.1 The contractor will have to work according to the programme of work, decided by the Engineer-in-Charge. The

contractor shall also construct a sample unit complete in all respects within time specified by the Engineer-in-

Charge and this sample unit shall be got approved from the Engineer-in-Charge before mass construction is taken

up. No extra claim whatsoever beyond the payments due at agreement rates will be entertained from the contractor

on this account.

10.2 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place. No

excavated earth or building materials shall be stacked on areas where other buildings, roads, services of compound

wall are to be constructed.

10.3 If as per Municipal rules the huts for labour are not to be erected at the site of work by the contractors, the

contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be

paid on this account.

10.4 Grey cement bags shall be stacked/stored in separate godown to be constructed by contractor at his own cost as per

sketch (which is only indicative and actual size will depend on the site requirements) at page 23 of CPWD

specification 2009 Vol.I with weather leak proof roofs and walls. Each godown shall be provided with single door

with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge of work and that of the other

lock with the authorized agent of the contractor at the site of work so that the cement is removed from the godown

according to the daily requirement with the knowledge of both the parties and proper account maintained in

standard proforma.

10.5 The contractor is responsible for the safe custody of the materials issued to him even if the materials are under

double lock system.

10.6 The contractor shall construct suitable go downs, yard at the site of work for storing all other materials so as to be

safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ necessary watch and

ward establishment for the purpose at his cost.

10.7 The standard sectional weights referred to as standard tables in Para 5.3.4 in specifications for works, 2009 Vol.I &

II vide page 135 of Table-5.4 to be considered for conversion of length of various size of M.S. bars/cold twisted

bars and Thermo Mechanically Treated Bars into weight are as under:[Note: These are as per clause 6.2 of IS:1786]

.

TABLE

Nominal Size Weight KG/M Size (Diameter MM) Weight KG/M

6 0.222 25 3.85

8 0.395 28 4.83

10 0.617 32 6.31

12 0.888 36 7.99

16 1.58 40 9.86

20 2.47

Page 26: Tender

25

AE (P) / EE (P)

10.8 All materials obtained from contractor shall be got checked by the Junior Engineer-in-Charge of the works on

receipt of the same at site before use.

10.9 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 or authorized agent of the

State Government concerned or Central Government.

11.0 TESTING OF MATERIAL

11.1 Grey cement & Thermo-mechanically Treated Bar shall be arranged by the contractor.

11.2 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.

12.0 INTEGRAL WATER PROOFING TREATMENT

12.1 The contractor must associate himself with the specialized firm to be approved by the Engineer-in-Charge in

writing, for integral cement based water proofing treatment for sunken floors and on roofs. 10 years Guarantee

Bond in prescribed proforma attached vide page 31 must be given by the specialized firm on stamp paper which

shall be countersigned by the contractor, in token of his overall responsibility. In addition 10%(ten percent) of the

cost of these items would be retained as Guarantee Bond to watch the performance of the work done. If any

defect is noticed during the Guarantee period for ten years to be reckoned from the date after the maintenance

period prescribed in the contract expires it should be rectified by the contractor within seven days and if not

attended to, the same will be got done by another agency at the risk and cost of the contractor. However, this

security deposit can be released in full, if bank guarantee of equivalent amount for 10(ten) years is produced and

deposited with the department.

13.0 Treatment for Roof Surface

13.1 The brickbats shall be from well-burnt bricks. The proprietary waterproofing compound shall conform to IS:

2645-1975. Before execution of work, water proofing compound has to be brought to site from which random

sample would be got tested and a certificate of it’s conforming to IS Code should be produced. The proprietary

waterproofing compound shall be added at the rate recommended by the specialized firm but not exceeding

8%(percent) by weight of cement.

13.2 The finished surface after waterproofing treatment shall have minimum slope of 1 in 80. At no point shall the

thickness of waterproofing treatment be less than 65mm.

13.3 While treatment of roof surface is done it shall be ensured that the outlet drainpipes have been fixed and mouths

at the entrance have been added and rounded off properly for easy flow of water.

13.4 The surface where the waterproofing is to be done shall be thoroughly cleaned with wire brushes. All loose scales

shall be removed and dusted off. The surface shall be treated with neat cement slurry admixed with proprietary

water proofing compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry

shall be applied at the junction of parapet and terrace slab by injection process.

13.5 After the slurry coat is laid, layer of well burnt brick bats shall be laid in cement mortar of mix as specified by the

specialist firm but not leaner than 1:5(1 cement: 5 coarse sand) admixed with proprietary water proofing

compound to required gradient and joints filled to half the depth. The brick bat of various thickness shall be used

to achieve the specified gradient. This layer shall be rounded at the junction with the parapet and tapered towards

top for a height of 300 mm. Curing of this layer shall be done for three days.

13.6 After curing, the surface shall be applied with a coat of cement slurry admixed with proprietary water proofing

compound.

13.7 Joints of brick bat layer shall be filled fully with cement mortar of mix as specified by the specialized firm but

not leaner than 1:4 (1 cement: 4 coarse sand) admixed with proprietary waterproofing compound and finally top

finished with average 20mm thick layer of same mortar and finished smooth with cement slurry admixed with

proprietary water proofing compound. The finished surface shall have marking of 300 x 300 mm false squares to

give the appearance of tiles.

13.8 Curing of water proofing treatment shall be done for a minimum of ten days.

13.9 The Measurement shall be taken along with the finished surface of treatment including the rounded and trap

portion of junction of parapet wall.

Page 27: Tender

26

AE (P) / EE (P)

[B] SPECIAL CONDITIONS

01. Unless otherwise provided in the Schedule of quantities vide page 42 to78 (civil) & page 100-112 (elect) the rates

tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building

and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to

be done for heights greater than 3.5m shall be admissible at rates arrived at in accordance with clause 12 of the

agreement if not already specified.

02. The contractor shall make his own arrangements for water and for obtaining electric connections if required and

make necessary payments directly to the department concerned.

03. Other agencies doing work related with this project will also simultaneously execute the works and the contractor

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.

The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work

is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

07. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been

built in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account.

08. Testing of materials:

Samples of various materials required for testing shall be provided free of charge by the contractor. Testing charges

shall be borne by the department. However, if material does not conform to the relevant codes/specifications, the

testing charges shall be borne by the contractor. All other expenditure required to be incurred for taking the samples,

conveyance, packing etc. shall be borne by the contractor himself.

09. 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 tender and

Architectural drawings relating to the relevant item, the former shall prevail unless and otherwise given in writing by

the Engineer-in-Charge.

10. For the purpose of recording measurements and preparing running account bills, the abbreviated nomenclatures

indicated in the publications “Abbreviated nomenclature of item of DSR-2013” with up to date correction slips shall

be accepted. The abbreviated nomenclature shall be taken to cover all the materials and operations as per the

complete nomenclature of the relevant items in the agreement and other relevant specifications.

(b) In the case of items for which abbreviated nomenclature is not available in the above cited publication and also in

case of extra and substituted items of works for which abbreviated nomenclature is not provided in the agreement, the

full nomenclature of the items shall be reproduced in the measurement books and bill forms for running account bill.

The full nomenclature of the items shall be adopted in preparing abstract of final bill form in the measurement

book and also in the bill form for final bill.

11. In all contracts where departmental issue of cement and steel is not stipulated, special conditions shall be

incorporated as below:

11.1 Conditions for Cement (Grey Cement).

i) The contractor shall procure 43 grade ordinary Portland Cement conforming to IS:1489 (Part-I)/ Portland

Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)], as required in the work, from reputed

manufacturers of cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement,

Century Cement & J. K. Cement or from any other reputed cement Manufacturer having a production

capacity not less than one million tonnes per annum as approved by ADG for that sub Region.

Page 28: Tender

27

AE (P) / EE (P)

The tenderers may also submit a list of names of cement manufacturers which they propose to use in

the works whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in

50 Kg. bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor

shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS

codes. In case test results indicate that the cement arranged by the contractor does not conform to the

relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his

own cost within a week’s time of written order from the Engineer-in-charge to do so.

ii) Use of PPC (Portland Pozzolana Cement) shall be used in RCC structures in accordance with the circular

issued by the Directorate General of Works vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The

use of PPC shall be regulated as per the following conditions stipulated in the circular dt.09.04.2009:-

a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto date) shall be

followed in regard to Concrete Mix Portion and its production as under:

(i) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9 of

IS 456 mentioned above.

(ii) Concrete shall be manufactured in accordance with clause 10 of above mentioned IS:456

covering quality assurance measures both technical and organizational, which shall also

necessarily require a qualified Concrete Technologist to be available during manufacture of

concrete for certification of quality of concrete.

b) Minimum M25 grade of concrete shall be used in all structural elements made with RCC both in load

bearing and framed structure.

c) The mechanical properties such as modulus of elasticity, tensile strength, creep and shrinkage of

flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be

significantly different and their values are to be taken same as those used for concrete made with

OPC. d) To control higher rate of carbonation in early ages of concrete both in flyash admixed as well as PPC based

concrete, water/binder ratio shall be kept as low as possible, which shall be closely monitored during concrete

manufacture.

If necessitated due to low water/binder ratio, required workability shall be achieved by use of chloride free

chemical admixtures conforming to IS:9103. The compatibility of chemical admixtures and super plasticizers

with each set OPC, fly ash and /or PPC received from different sources shall be ensured by trails.

e) In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash admixed

or PPC based concrete is recommended. In case, where structural concrete is exposed to excessive

magnesium sulphate, flyash substitution/content shall be limited to 18% by weight. Special type of

cement with low C3A content may also be alternatively used. Durability criteria like minimum binder

content and maximum water/binder ratio also need to be given due consideration is such environment.

f) Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid regions,

the minimum curing period shall be 14 days or its equivalent.

g) Subject to General Guidelines detailed out as above, PPC manufactured conforming to IS:1489 (Part-

I) shall be treated at par with OPC for manufacture of Design Mix Concrete for structural use in RCC.

h) Till the time, BIS makes it mandatory to print the %age of flyash on each bag of cement, the

certificate from the PPC manufacturer indicating the same shall be insisted upon before allowing use

of such cements in works.

i) While using PPC for structural concrete work, no further admixing of flyash shall be permitted.

iii) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-

in-charge. iv) The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at

the site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement

godown. The keys of one lock shall remain with the Engineer-in-charge or his authorized representative and the keys of

the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of

the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any

time.

v) The cement shall be got tested by Engineer-in-charge and shall be used on work only after test results have

been received. The contractor shall supply free of charge the cement required for testing. The cost of tests

shall be borne by the contractor/Department in the manner indicated below:

a) By the contractor, if the results show that the cement does not conform to relevant BIS Codes.

b) By the Department, if the results show that the cement conforms to relevant BIS Codes.

vi) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as

Page 29: Tender

28

AE (P) / EE (P)

provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per

procedure prescribed in clause 42 of the contract and shall be governed by conditions therein.

vii) 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.

viii) Damaged cement shall be removed from site immediately by the contractor on receipt of notice in writing

from the Engineer-in-charge. If he does not do so within three days of receipt of such notice, the Engineer-in-

charge shall get it removed at the cost of the contractor.

11.2 Conditions for Steel.

1) The contractor shall procure TMT bars of Fe415/Fe415D/Fe500/Fe 500D/Fe550/Fe550D grade (the grade to

procure is to be specified) from primary steel producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel

& Power Ltd. and JSW Steel Ltd., or any other producer as approved by CPWD who are using iron

ore as the basic raw material/ input and having crude steel capacity of 2.0 Million tones per annum

and above.

In case of non-availability of steel from primary producers the NIT approving authority may permit use of

TMT reinforcement bars procured from steel producers having integrated steel plants (ISPs) using iron

ore as the basic raw material for production of crude steel which is further rolled into finished shapes

in-house having crude steel capacity of 0.5 Million tone per annum and more. A separate list of

producers for this category shall be approved by the ADG concerned for their sub region under

intimation to the Directorate, CPWD/CE, CSQ.

In case of non availability of steel from Primary Producer as well as ISPs then the NIT approving authority

may also permit use of TMT reinforcement bars procured from secondary producers.

In such cases following action is to be taken:

a) The grade of the steel such as Fe 500D or other grade to be procured is to be specified as per BIS 1786-

2008.

b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786:2008.

In addition to BIS licence, the secondary producer must have valid licence from either of the firms

Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.

c) The TMT bars procured from primary producers and ISPs shall conform to manufacture’s

specifications.

d) The TMT bars procured from secondary producers shall conform to the specification as laid by

Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.

e) TMT bars procured either from primary producers or secondary producers, the specifications shall meet

the provisions of IS 1786:2008 pertaining to Fe 500D grade of steel as specified in the tender.

2) 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.

3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in

relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform

to the specifications as defined under para 11.2 (1) (d) & (1) (e) above, 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 or written orders

from the Engineer-in-Charge to do so.

4) The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the

Engineer-in-charge.

5) The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent distortion

and corrosion and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be

stored separately to facilitate easy counting and checking.

6) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall

be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar For consignment below 100 tonnes For consignment above 100

tonnes

Under 10mm dia. bars One sample for each 25 tonnes or

part thereof

One sample for each 40

tonnes or part thereof

10mm to16mm dia bars One sample for each 35 tonnes or

part thereof

One sample for each 45

tonnes or part thereof

Over 16mm dia bars One sample for each 45 tonnes or

part thereof

One sample for each 50

tonnes or part thereof

Page 30: Tender

29

AE (P) / EE (P)

7) The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by

the contractor/Department in the manner indicated below:

a) By the contractor, if the results show that the steel does not conform to relevant BIS codes.

b) By the Department, if the results show that the steel conforms to relevant BIS codes.

8) The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as

provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as procedure

prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

9) Steel brought to site and steel remaining unused shall not be removed from site without the written

permission of the Engineer-in-charge.

10) In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary

producers then:

10.1 The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced

by Rs.5,000/- Per MT.

10.2 The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the

tender shall also be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as 10.1

above converted to per kg plus Contractor’s Profit and Over Heads as applicable) (currently

15%)

11.3 The following procedure should be followed in case of removal of rejected/sub-standard materials from the site

of work.

i) Whenever any material brought by the contractor to the site of work is rejected, entry thereof should invariably

be made in the site order book under the signature of the AE/AEE giving approximate quantity of such

materials.

ii) As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE against the

original entry, giving the date of removal a mode of removal i.e. whether by truck, carts or by manual labour. If

removal is by truck, the registration number of the truck should be recorded.

iii) When it is not possible for the AE/AEE to be present at the site of work at the time of actual removal of the

rejected/sub-standard materials from the site the required certificate should be recorded by the Junior Engineer

and the AE/AEE should countersign the certificate recorded by the Junior Engineer.

11.4 Cement should be kept in godowns under double locks and keys and its consumption account invariably

maintained, whether the cement is supplied departmentally or arranged by the contractor. A register should be

maintained at the site of each work costing above Rs.20,000.00. This register should contain the columns as

shown in Appendix-28. (CPWD Works Manual 2014).

The pages of the register should be machine numbered and each page initialed by the EE. The columns in

the register mentioned above will be provided by the EEs or the SDOs. The cement godown and the register are

required to be checked by the SDO/EE in-charge of the work.

i) At least weekly or fortnightly, respectively in case of works at the Headquarters of SDO/EE and.

ii) Whenever they visit the site of work in case of works located outside the Sub-Divisional/Divisional Head

Quarters.

iii) In the case of large concentrated projects like major bridges etc., the EE should check the cement register at

least fortnightly.

Page 31: Tender

30

AE (P) / EE (P)

FORM OF WATER PROOFING WORK

GUARANTEE BOND ON STAMPED PAPER This agreement made this…………..……..day of two thousand………..……... between

M/s……………..………………(hereinafter called the Guarantor of the one part) and the President of India (hereinafter

called the Govt. of the other part).

Whereas this agreement is supplementary to the contract (hereinafter called the Contract) dated………….. made

between the Guarantor of the one part and Govt. of the other part, whereby the contractor inter alia, undertook to render the

Buildings and structures in the said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said structure will remain waterproof for

ten years to be reckoned from the date after the maintenance period prescribed in the contract expires.

During this period of guarantee the Guarantor shall make good all defects and for that matter, shall replace at his risk

and cost such members as may be damaged by water and in case of any other defect being found he shall render the building

waterproof at his cost to the satisfaction of the Engineer-in-Charge and shall commence the works of such rectification within

seven days from the date of issuing notice from the Engineer-in-Charge calling upon him to rectify the defects failing which

the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk and in the latter case

the decision of the Engineer-in-charge as to the cost, recoverable from the Guarantor shall be final and binding.

That if the Guarantor fails to execute the waterproofing or commits breaches hereunder then the Guarantor will

indemnify principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by

reason of any default on the part of the Guarantor in performance and observance of this supplemental agreement. As to the

amount of loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-charge will be final

and binding on the parties.

In witness whereof of these presents have been executed by the Obligor………………….and by………………….

For and on behalf of the President of India on the day, month and year first above written.

SIGNED, SEALED and delivered by OBLIGOR in presence of-

1.

2.

SIGNED for and on behalf of THE PRESIDENT OF INDIA by………………..in the presence of-

1.

2.

Blanks to be filled by Contractor/EE(BCD I )

Page 32: Tender

31

AE (P) / EE (P)

QUALITY ASSURANCE PLAN

(1) All the Tests required shall be conducted as per CPWD specification 2009 Vol I & II with upto date

correction slip.

(2) The field laboratory shall be set up by the contractor at site of work. The list of testing equipments to

be provided by the contractor at site lab has been indicated inclause 10A of schedule ‘F’.

(3) Maintenance of Register of Tests –

(i) All the registers of tests carried out at Construction Site or in outside laboratories shall be maintained

by the contractor which shall be issued to the contractor by Engineer-in-charge in the same manner as

being issued to CPWD field staff.

(ii) All Samples of materials including Cement Concrete Cubes shall be taken jointly with Contractor by

JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there is no JE,

all Samples of materials including Cement Concrete Cubes shall be taken by AE jointly with

Contractor. All the necessary assistance shall be provided by the contractor. Cost of sample materials

is to be borne by the contractor and he shall be responsible for safe custody of samples to be tested at

site.

(iii) All the test in field lab setup at Construction Site shall be carried out by the Engineering Staff

deployed by the contractor which shall be 100% witnessed by JE and 50% of tests shall be witnessed

by AE-in-charge. At least 10% of the tests are to be witnessed by the Executive Engineer.

(iv) All the entries in the registers will be made by the designated Engineering Staff of the contractor

and same should be regularly reviewed by JE/AE/EE.

(v) Contractor shall be responsible for safe custody of all the test registers.

(4) Submission of copy of all test registers, Material at Site Register and hindrance register along with

each alternate Running Account Bill and Final Bill shall be mandatory. These registers should be

duly checked by AE(P) in Division Office and receipts of registers should also be acknowledged by

Accounts Officer by signing the copies and register to confirm receipt in Division office.

If all the test registers and hindrance register is not submitted along with each alternate R/A Bill &

Final Bill, it will be responsibility of EE & AAO that no payment is released to the contractor.

(5) Maintenance of Material at Site (MAS) Register –

(i) All the MAS Registers including Cement and Steel Registers shall be maintained by Contractor

which shall be issued to the contractor by Engineer-in-charge in the same manner as being issued to

CPWD field staff.

(ii) Each of the entry of receipt of material at site shall be 100% test checked by JE or by AE if there is

no JE.

(iii) Each MAS Register shall be checked by JE at least twice a week and at least once a week by AE. If

There is no JE then MAS registers will be checked by AE at least twice a week.

(iv) Cement Register shall be reviewed by EE at least one in a month.

Page 33: Tender

32

AE (P) / EE (P)

To,

The All Bidders

Sub: NIT No. 22/NIT/CE(EZ-V)/CPWD/2015-2016 for the work “Construction of Hostel for

Pool Scientist Research Fellow and Research Scholars at CIPET, HLC, Bhubaneswar, Odisha

i/c internal water supply, sanitary installation and drainage,IEI and fans, Rising main, LAN,

Lightning conductor , GI pipe for service connection, Split & Cassette type AC Units and 02

nos. 8 and 6 Passenger Lifts.”

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in

public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the

integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand

disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as

acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

Page 34: Tender

33

AE (P) / EE (P)

To,

Executive Engineer,

Bhubaneswar Central Division- I,

CPWD, Bhubaneswar

Sub: Submission of Tender for the work of “Construction of Hostel for Pool Scientist Research

Fellow and Research Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water

supply, sanitary installation and drainage,IEI and fans, Rising main, LAN, Lightning

conductor , GI pipe for service connection, Split & Cassette type AC Units and 02 nos. 8 and 6

Passenger Lifts.””.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity

Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign

the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified

from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS 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 agree that

execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into

existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the 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, while submitting

the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the

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

Yours faithfully

(Duly authorized signatory of the Bidder)

To be signed by the bidder and same signatory competent /authorised to sign the relevant contract

on behalf of CPWD.

Page 35: Tender

34

AE (P) / EE (P)

INTEGRITY AGREEMENT

This Integrity Agreement is made at ……………..……..… on this ………..…. day of …………..20………..…

BETWEEN President of India represented through Executive Engineer, Bhubaneswar Central Division-I, CPWD, Bhubaneswar,

(Hereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns)

AND ………………………………………………………………………………………………………………………………

(Name and Address of the Individual/firms/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 its successors

and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender ( NIT No. 22/NIT/CE(EZ-V)/CPWD/2015-2016) (hereinafter

referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for

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 as integral 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 as follows and

this Pact witness 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 in connection

with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person,

any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The

Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidders(s) confidential/additional information through which the

Bidder(s) could obtain an advantage in relation to the Tender process or the

(c) Contract execution.

(d) The Principal/Owner shall endeavour 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 criminal offence under

the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein

mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance

Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

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 of fraud or

corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering

process and throughout the negotiation or award of a contract.

Page 36: Tender

35

AE (P) / EE (P)

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits

himself to observe the following principles during his participation in the Tender process and during the

Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to

any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to

any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in

exchange any advantage of any kind whatsoever during the Tender process or during the execution of the

Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,

subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness

or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC Act. Further the

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 the business

relationship, regarding plans, technical proposals and business details including information contained or

transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose

names and address of foreign agents/representatives, if any. Either the India agent on behalf of the foreign

principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an

agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of

another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma

enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any

other intermediaries in connection with the award of the Contract.

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

accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice

means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to

induce public official to acting reliance thereof, with the purpose of obtaining unjust advantage by or

causing damage to justifiediest of others and/or to influence the procurement process to detriment of the

Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means

the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or

the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/her

reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established

policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact

by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owner’s

absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression

through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the

Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the

Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude

the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be

determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever

or for a limited period as decided by the Principal/Owner.

Page 37: Tender

36

AE (P) / EE (P)

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the

Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has

accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from

exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the

entire amount of Earnest Money 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

employees or a representative or an associate of a Bidder or Contractor which constitutes corruption within the

meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive

suspicion in this regard, the Principal/Owner will inform the same to 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 other Company in any

country confirming to the anticorruption approach or with Central Government or State Government or any other

Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can

be taken for banning of business dealings/holiday listing of the Bidder/Contractor as deemed fit by the

Principal/Owner.

3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and has installed a

suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion

prematurely.

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

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity 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 Sub-contractors/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 the Principal/Owner

and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender

process.

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 after the

completion of work under the contract or till the continuation of defect liability period, whichever is more and for all 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 of this 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 Head quarters of the Division of

the Principal/Owner, who has floated the Tender.

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

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more

partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact

must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this

case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of

this Integrity Agreement/Pact, any action taken by the Owner/Principal in accordance with this Integrity

Agreement/Pact or interpretation thereof shall not be subject to arbitration.

Page 38: Tender

37

AE (P) / EE (P)

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 belonging to such

parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights

and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the

Tender/Contract documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned

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:

Date :

Page 39: Tender

38

AE (P) / EE (P)

LIST OF APPROVED MAKE OF MATERIALS

(FOR CIVIL WORKS)

Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and

finishes approved by the Architect/Engineer-in-Charge are listed below. However approved equivalent material

and finishes of any other specialized firms may be used, in case it is established that the brands specified below

are not available in the market but only after approval of the alternate brand by the Architect/Engineer-in-Charge.

(See also condition of contract).

Sl. No. Materials Approved make 1 CEMENT ACC, ULTRATECH, VIKRAM, LAFARGE,

AMBUJA, JAYPEE CEMENT, J.K.CEMENT,

KONARK. 2 WHITE CEMENT J.K. WHITE, BIRLA WHITE 3 REINFORCEMENT STEEL SAIL, TATA STEEL LTD. RINL. 4 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL 5 POLY-SULPHIDE SEALENT, PIDILITE, FOSROC, SIKA. 6 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-PROOF. 7 ADMIXTURE FOSROC, SIKA, BASF. 8 WATER PROOFING COMPOUND TAPECRETE, CICO, FOSROC, PIDILITE 9 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM. 10 LOCKS/LATCH GODREJ, HARRISON, PLAZA, GOLDEN,

YALE. 11 LAMINATES FORMICA, DECOLAM, MERINO. 12 WIRE MESH (MS/SS) STERLING ENTERPRISES, TRIMURTY

WELDED MESH, GKD, WMW. 13 PRELAMINATED PARTICLE BOARD NOVOPAN, KITLAM, ARCHID PLY 14 ADHESIVE PIDILITE, DUNLOP, CICO. 15 EPOXY MORTAR FOSROC, SIKA. CICO. 16 DASH FASTNERS HILTI, FISCHER, BOSCH. 17 FLUSH DOOR SHUTTERS (DECORATIVE/

NON DECORATIVE). KITCAM, NATIONAL, SWASTIC, CORBETT,

MARINO. 18 PVC DOOR FRAME POLYLINE, DUROPLAST, POLLYWOOD,

RAJSHRI. 19 FRP DOOR SHUTTERS & FRAME POLYLINE, DUROPLAST, CACTUS, SHIV

SHAKTI FIBER UDHYOG. 20 BOARD & PLYWOOD DURO, KITPLY, CENTURY, GREEN PLY,

ARCHID. 21 HYDRAULIC DOOR CLOSER/

FLOOR SPRING HARDWYN, GODREJ.

22 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS

PVT.LTD, JINDAL STAINLESS STEEL LTD.,

ICICH INDUSTRIES, ESSAL. 23 FIRE CHECK DOOR ROMAT, KUTTY DOOR. 24 SMOKE SEAL STRIP IMPORTED PROMAT/ASTRO FLAME. 25 DOOR CLOSER LOCK INGERSOLL RAND/DORMA. 26 PANIC EXIT DEVICE INGERSOLL RAND/MONARCH. 27 DOOR COORDINATOR UL LISTED /MONARCH. 28 ANODISED ALUMINIUM HARDWARE

(HEAVY DUTY) HARDIMA, EVERITE, SIGMA (ISI MARKED).

29 CLEAR/ FLOAT/ TOUGHENED GLASS MODI FLOAT & SAINT GOBAIN, ASAHI. 30 FIRE RATED GLASS ST.GOBIAN, PILKINGTON, SCHOTT,

Page 40: Tender

39

AE (P) / EE (P)

FIRELITE. 31 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO, SWAIN 32 FRICTION STAY HINGES EARL-BIHARI, ETTA, PUJA 33 NUTS, BOLTS AND SCREWS, STEEL KUNDAN, PRIYA, ATUL,PUJA 34 EPDM GASKET HANU/ANAND. 35 STRUCTURAL SILICON DOW CORNING/WACKER, GE 36 WEATHER SILICON DOW CORNING/WACKER, MCCOY,

SOUDAL 37 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO,

ORIENT, RAK. 38 CEMENT CONCRETE TILES/

HARDONITE TILES NITCO, NTC, HINDUSTAN, PODDAR.

39 VITRIFIED TILES/DIGITAL TILES RAK, NAVIN DIAMOND, KAJARIA,

JOHNSON (MARBONITE) NITCO, RAK

CERAMICS, SOMANY. 40 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY –(DURA

STONE), REGENCY- (TILES) 41 TACTILE TILE JOHNSON, ENVISON, SUNHEART 42 CLAY TILES ON ROOF KENJAI , JOHNSON . 43 TILE ADHESIVE CICO, PIDILITE, FERROUS, ARDEXENDURE

(GOLDSTAR) 44 CC PAVERS NITCO-(ROCKARD), BHARAT-(NILSAN)

REGENCY, ULTRA, EURCON. 45 GRASS PAVER UNISTONE, ULTRA, OVILITE, VICTORIA. 46 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN, ICI DULUX. 47 ACRYLIC EMULSION PAINT ASIAN, NEROLAC, ICI DULUX. 48 TEXTURED PAINT WEATHER COAT TEXTURED (BERGER),

APEX TEX (ASIAN), SANDTEX MAT

(SNOWCEM) 49 SILICON BASED WATER REPELLENT

COAT FERROUS CRETE (FERRO 201), ARDEX

ENDURA (HEAVY DUTY IM [REGNALING &

STONE SEALER], PIDILITE (ROOF STONE

GUARD WD) 50 ACRYLIC EMULSION ROYAL (ASIAN), VELVET TOUCH (ICI

DULUX) 51 CEMENT PRIMER DECOPRIME (ASIAN), WHITE PRIMER (ICI

DULUX) 52 FIRE RETARDENT PAINT/ PRIMER VIPERFRS 880, FRS88, NULLIFIRE. 53 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE, JAQUAR, CERA 54 FIRECLAY SINK & DRAIN BOARDS PARRY, SUNFIRE, HINDWARE 55 STAINLESS STEEL SINKS NILKANTH, NIRALI, JAYNA 56 LA( CI) PIPES RIF, NECO, ELECTRO STEEL, KESORAM 57 G.I.PIPES TATA, JINDAL. 58 G.I.FITTINGS (MALLEABLE CAST IRON) UNIK, ICS, ZOLOTO. 59 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY, ANANT, SFMC, BURN. 60 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD, JAIN & CO,

BALAJI. 61 MS PIPES KESORAM, ELECTRO STEEL, SAIL, TISCO,

JINDAL. 62 UPVC PIPE SUPREME, PRINCE, FINOLEX, SFMC. 63 GUNMETAL VALVES LEADER, SANT, ZOLOTO.

Page 41: Tender

40

AE (P) / EE (P)

64 C.I.DOUBLE FLANGED SLUICE VALVES. KIRLOSKAR, IVC, BURN, SONDHI,

KEJRIWAL 65 BALL VALVES ZOLOTO, IBP, ARCO. 66 SPIDER FITTINGS DORMA, SEVAX. 67 MINERAL FIBRE FALSE CEILING ARMSTRONG OR EQUIVALENT AS PER

RELEVANT IS CODE. 68 FIRE RATED DOOR CLOSER DORMA, MARSHALL, INGERSOLLRAND, D-

LINE. 69 C.P.BRASS FITTINGS JAQUAR, MARC, NOVA, PARRYWARE 70 PPR PIPES & FITTINGS SFMC, SAFE, WETFLOW, SUPREME

ASTRAL. 71 POLYSTER POWDER COATING SHADES NEROLAC, BERGER, J&N. 72 HARDNERS IRONITE, FERROK, HARDOMATE, FOSROC 73 PVC WATER TANK SINTEX, SPL, SFMC. 74 CALCIUM SILICATE BOARD FOR FRD

SHUTTERS PROMATECT-H, HILUX, STARPAN.

75 WOOD/STEEL FIRE RATED DOOR

SHUTTER SUKRI, SHAKTI MET, GODREJ, PROMAT,

KUTTI 76 INTUMESCENT STRIP FOR FRD

SHUTTERS INTUMEX, ASTOFLAME, LORIANT, RAVEN

77 FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND MINERAL FIBRE

TILES

ARMSTRONG, USG, DAIKEN, AURA (ASIPL)

78 FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND CALCIUM

SILICATE BOARD/TILE

ST.GOBAIN GYROC, BORAL, HILUX,

AEROLITE.

79 FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND

ROCKWOOL/GLASSWOOL ACOUSTICAL

TILES

ARMSTRONG, USG, ECOPHONE,

DECOSONIC, DAIKEN

80 FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND METALLIC

TILES

ARMSTRONG, HUNTER DOUGLAS, AURA

(ASIPL), DAIKEN.

81 ACCOUSTIC TILES FOR HIGH

FREQUENCY ABSORPTION ARMSTRONG, USG, DAIKEN, DECOSONIC

82 GRG TILE FOR FALSE CEILING DECOSONIC, SAINTGOBAIN, ARMSTRONG,

CKM 83 FIBRE GLASS ACOUSTICAL WALL

PANELLING DECOSONIC, ARMSTRONG, ECOPHONE

(SAINTGOBIN) 84 FIRE RATED SS BALL BEARING HINGES DORMA, MARSHALL, INGERSOLL RAND,

D-LINE 85 FIRE RATED PANIC BAR/ PANIC TRIM DORMA, MARSHALL, INGERSOLL RAND,

D-LINE 86 CLAMP SYSTEM FOR DRY STONE

CLADDING HILTI, FISCHER, BOSCH

87 STONE ADHESIVE FERROUS CRETE (FERRO-113), ARDEX

ENDURA (DIAMOND STAR), PIDILITE

(ROOF STONE ADHESIVE) 88 GYPSUM PLASTER FERROUS CRETE (FERRO- 500), GYPROC

SAINT GOBAIN (ELITE-90), BORAL (BORAL

GYPSUM) 89 WALL PUTTY J.K.WHITE, BIRLA WHITE,

Page 42: Tender

41

AE (P) / EE (P)

90 MIRROR SAINT GOBAIN, MODIGUARD, AIS, 91 BACKER ROD SUPREME IND LTD, SYSTRANS POLYMERS 92 EPDM ACOUSTICAL, FIRE SEAL ENVIROSEAL 93 SS HINGED GRATING GMGR, NEER, CHILLY 94 CI MANHOLE FRAME & COVERS AND GI

GRATING NECO, RIF, SKF

95 SFRC MANHOLE COVERS & GRATING K.K, JAIN, PRAGATI 96 PTMT FITTINGS PRAYAG POLYMER PVT. LTD, SHAKTI

ENTERPRISES, PRINCE 97 ACP FOR CLADDING ALUDECOR, ALSTRONG. 98 APP WATERPROOFING MEMBRANE STP LTD, TEXSA, BITUMAT CO.LTD,

DERMABIT, GRACE, BENGAL BITUMEN,

PIDILITE. 99 CURING COMPOUND FOSROC, SIKA, BASA

100 LAMINATE FLOORING ARMSTRONG, PERGO, FLORENCE 101 PVC FLOORING & VINYL WALL

COVERING ARMSTRONG, FORBO, GERELOR,

INPROCORP 102 LINOLEUM FLOORING TARKETT, FORBO, WIKENDER 103 EXPANSION JOINTS CONSTRUCTION SPECIALITIES,

ARCHITECTURE SPECIALITY PRODUCT

(ASP), MISKA & EMSEAL 104 POLYCARBONATE ROOFING SYSTEM PALRAM, GE, SEPITALIA. 105 SOIL WASTE & VENT PIPES & FITTINGS

(A) CENTRIFUGAL CAST IRON NECO SKF

Page 43: Tender

42

AE (P) / EE (P)

SCHEDULE OF QUANTITY

Name of work :- Construction of Hostel for Pool Scientist Research Fellow and

Research Scholars at CIPET, HLC, Bhubaneswar, Odisha i/c internal water

supply, sanitary installation and drainage,IEI and fans, Rising main, LAN,

Lightning conductor , GI pipe for service connection, Split & Cassette type AC

Units and 02 nos. 8 and 6 Passenger Lifts.

ITEM

NO.

DESCRIPTION UNIT QTY. RATE AMOUNT

SH : 1 : EARTHWORK

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 well as 10 sqm on

plan) including disposal of

excavated earth, lead upto 50m and

lift upto 1.5m, disposed earth to be

levelled and neatly dressed.

1.1.1 All kinds of soil Cum 150.00

1.2 Earth work in excavation by

mechanical means (Hydraulic

excavator) / manual means over

areas (exceeding 30cm in depth. 1.5

m in width as well as 10 sqm on

plan) including disposal of

excavated earth, lead upto 50m and

lift upto 1.5m, disposed earth to be

levelled and neatly dressed.

1.2.1 Ordinary rock. Cum 150.00

1.3 Earth work in excavation by

mechanical means (Hydraulic

excavator) / manual means in

foundation trenches or drains (not

exceeding 1.5 m in width or 10 sqm

on plan), including dressing of sides

and ramming of bottoms, lift upto

1.5 m, including getting out the

excavated soil and disposal of

surplus excavated soil as directed,

within a lead of 50 m.

Page 44: Tender

43

AE (P) / EE (P)

1.3.1 All kinds of soil. Cum 209.00

1.4 Earth work in excavation by

mechanical means (Hydraulic

excavator) / manual means in

foundation trenches or drains (not

exceeding 1.5 m in width or 10 sqm

on plan), including dressing of sides

and ramming of bottoms, lift upto

1.5 m, including getting out the

excavated soil and disposal of

surplus excavated soil as directed,

within a lead of 50 m.

1.4.1 Ordinary rock. Cum 128.00

1.5 Excavating trenches of required

width for pipes, cables, etc including

excavation for sockets, depth upto

1.5 m, including getting out the

excavated materials, returning the

soil as required, in layers not

exceeding 20 cm in depth, including

consolidating each deposited layer

by ramming, watering, etc. stacking

serviceable material for

measurements and disposal of

unserviceable material as directed,

within a lead of 50 m :

1.5.1 All kinds of soil.

1.5.1.1 Pipes, cables etc. exceeding 80 mm

dia. but not exceeding 300 mm dia

Metre 135.00

1.6 Filling available excavated earth

(excluding rock) in trenches, plinth,

sides of foundations etc. in layers

not exceeding 20cm in depth,

consolidating each deposited layer

by ramming and watering, lead up to

50 m and lift upto 1.5 m.

Cum 120.00

1.7 Extra for every additional lift of 1.5

m or part thereof in excavation /

banking excavated or stacked

materials.

1.7.1 Ordinary or hard rock. Cum 114.00

Page 45: Tender

44

AE (P) / EE (P)

1.8 Supplying and filling in plinth with

local sand under floors, including

watering, ramming, consolidating

and dressing complete.

Cum 73.00

SH : 2 : CONCRETE WORK

2.1 Providing and laying in position

cement concrete of specified grade

excluding the cost of centering and

shuttering - All work upto plinth

level

2.1.1 1:3:6 (1 Cement : 3 coarse sand : 6

graded stone aggregate 20 mm

nominal size)

Cum 4.00

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10

graded stone aggregate

40 mm nominal size)

Cum 100.00

2.2 Providing and laying damp-proof

course 40 mm thick with cement

concrete 1:2:4 (1 cement : 2 coarse

sand : 4 graded stone aggregate 12.5

mm nominal size).

Sqm 10.00

2.3 Extra for providing and mixing

water proofing material in cement

concrete work in doses by weight of

cement as per manufacturer's

specification.

per 50

kg

cement

406.00

2.4 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 after cleaning the surface

with brushes and finally with a piece

of cloth lightly soaked in kerosene

oil.

Sqm 10.00

Page 46: Tender

45

AE (P) / EE (P)

2.5 Making plinth protection 50 mm

thick of cement concrete 1:3:6 (1

cement : 3 coarse sand : 6 graded

stone aggregate 20 mm nominal

size) over 75 mm bed of dry brick

ballast 40 mm nominal size well

rammed and consolidated and

grouted with fine sand including

finishing the top smooth.

Sqm 39.00

SH : 3 : REINFORCED CEMENT

CONCRETE

3.1 Providing and laying in position

specified grade of reinforced cement

concrete, excluding the cost of

centring, shuttering, finishing and

reinforcement - All work upto plinth

level :

3.1.1 1:1.5:3 (1 cement : 1.5 coarse sand :

3 graded stone aggregate 20mm

nominal size).

Cum 84.00

3.2 Centering and shuttering including

strutting, propping etc and removal

of form for:

3.2.1 Foundations, footings, bases of

columns etc. for mass concrete.

Sqm 140.00

3.2.2 Walls (any thickness) including

attached pilasters, butteresses, plinth

and string courses etc.

Sqm 264.00

3.2.3 Suspended floors, roofs, landings,

balconies and access platform.

Sqm 2849.00

3.2.4 Lintels, beams, plinth beams,

girders, bressumers and cantilevers.

Sqm 1927.00

3.2.5 Columns, Pillars, Piers, Abutments,

Posts and Struts.

Sqm 1205.00

3.2.6 Stairs, (excluding landing) except

spiral staircases.

Sqm 347.00

3.2.7 Weather shade, Chajjas, corbels etc.,

including edges.

Sqm 76.00

Page 47: Tender

46

AE (P) / EE (P)

3.3 Providing, hoisting and fixing up to

floor five level precast reinforced

cement concrete in shelves including

setting in cement mortar 1:3 (1

cement : 3 coarse sand), cost of

required centering, shuttering and

finishing with neat cement punning

on exposed surfaces but excluding

the cost of reinforcement with 1:2:4

(1 cement : 2 coarse sand : 4 graded

stone aggregate 12.5mm nominal

size).

Cum 6.00

3.4 Steel reinforcement for R.C.C. work

including straightening, cutting,

bending, placing in position and

binding all complete upto plinth

level.

3.4.1 Thermo-Mechanically Treated bars. Kg 21200.00

3.5 Steel reinforcement for R.C.C. work

including straightening, cutting,

bending, placing in position and

binding all complete above plinth

level.

3.5.1 Thermo-Mechanically Treated bars. Kg 96400.00

3.6 Add for plaster drip course/ groove

in plastered surface or moulding to

R.C.C projections.

Metre 4833.00

3.7 Extra for providing richer mixes at

all floor levels.

3.7.1 Providing M-35 grade concrete

instead of M-25 grade BMC/RMC.

(Note : Cement content considered

in M-30 is @ 350kg/cum).

Cum 718.00

Page 48: Tender

47

AE (P) / EE (P)

3.8 Providing and laying in position

ready mixed M-25 grade concrete

for reinforced cement concrete work,

using cement content as per

approved design mix, manufactured

in fully automatic batching plant

and transported to site of work in

transit mixer for all leads, having

continuous agitated mixer,

manufactured as per mix design of

specified grade for reinforced

cement concrete work including

pumping of R.M.C from transit

mixer to site of laying, excluding the

cost of centering, shuttering,

finishing and reinforcement.

including cost of admixtures in

recommended proportions as per IS

9103 to accelerate / retard setting of

concrete, improve workability

without impairing strength and

durability as per direction of

Engineer - in - Charge.

(Note :- Cement content considered

in this item @ 330 kg/cum. Excess /

less cement used as per design mix

is payble / recoverable separately).

3.8.1 All works upto plinth level. Cum 80.00

3.8.2 All works above plinth level upto floor V level.

Cum 638.00

SH : 4 : BRICK WORK

4.1 Brick work with common burnt clay

F.P.S. (non modular) bricks of class

designation 7.5 in foundation and

plinth in:

4.1.1 Cement mortar 1:4 (1 cement : 4

coarse sand)

Cum 53.00

4.1.2 Cement mortar 1:6 (1 cement : 6

coarse sand)

Cum 17.00

Page 49: Tender

48

AE (P) / EE (P)

4.2 Brick work with non modular fly ash

Bricks conforming to IS : 12894,

class designation 10 average

compressive strength in super

structure above plinth level uptp

floor V level in :

4.2.1 Cement mortar 1:6 (1 cement : 6

coarse sand).

Cum 946.00

4.3 Half brick masonry with non

modular fly ash bricks of class

designation 10, conforming to IS :

12894, in super structure above

plinth and upto floor V level

4.3.1 Cement mortar 1:4 (1 cement :4

coarse sand).

Sqm 963.00

4.4 Extra for providing and placing in

position 2 Nos 6mm dia M.S bars at

every third course of half brick

masonary (with F.P.S bricks).

Sqm 963.00

SH : 5 : MARBLE & GRANITE

WORK

5.1 Providing and fixing 18mm thick

gang saw cut, mirror polished,

premoulded and prepolished,

machine cut for kitchen platforms,

vanity counters, window sills, facias

and similar locations of required

size, approved shade, colour and

texture laid over 20mm thick base

cement mortar 1:4 (1 cement : 4

coarse sand) with joints treated with

white cement, mixed with matching

pigment, epoxy touch ups, including

rubbing, curing, moulding and

polishing to edge to give high gloss

finish etc complete at all levels.

5.1.1 Granite of any colour and shade.

5.1.1.1.1 Area of slab over 0.50 sqm. Sqm 69.00

Page 50: Tender

49

AE (P) / EE (P)

5.2 Extra for providing edge moulding

to 18mm thick marble stone

counters, Vanities etc. including

machine polishing to edge to give

high gloss finish etc as per design

approved by Engineer-in-charge.

5.2.1 Granite work. Metre 380.00

5.3 Extra for providing opening of

required size & shape for wash basin

/ kitchen sink in kitchen platform,

vanity counter and similar location

in marble/Granite/stone work,

including necessary holes for pillar

taps etc. including moulding,

rubbing and polishing of cut edges

etc. complete.

Each 10.00

5.4 Providing and fixing stone slab with

table rubbed, edges rounded and

polished, of size 75X50 cm deep and

1.8 cm thick, fixed in urinal

partitions by cutting a chase of

appropriate width with chase cutter

and embedding the stone in the

chase with epoxy grout or with

cement concrete 1:2:4 (1 cement : 2

coarse sand : 4 graded stone

aggregate 6mm nominal size) as per

direction of Engineer-in-charge and

finished smooth.

5.5.1 Granite Stone of approved shade.. Sqm 2.00

5.5 Granite work gang saw cut (polished

and machine cut) of thickness 18

mm for wall lining (veneer work),

backing filled with a grout of 12 mm

thick average in cement mortar 1:3

(1 cement : 3 coarse sand), including

pointing with white cement mortar

1:2 (1 white cement : 2 marble dust)

with an admixture of pigment to

match the granite shade (To be

secured to the backing by means of

cramps, which shall be paid for

separately).

5.5.1 Area of slab over 0.50 sqm

Page 51: Tender

50

AE (P) / EE (P)

5.5.1.1 Granite of any colour and shade as

approved by Engineer-in-charge.

Sqm 105.00

SH : 6 : WOOD WORK & PVC

WORK

6.1 Providing and fixing ISI marked

flush door shutters conforming to IS

: 2202(Part I) decorative type, core

of block board construction with

frame of Ist class hard wood and

well matched teak 3 ply veneering

with vertical grains or cross bands

and face veneers on both faces of

shutters.

6.1.1 35mm thick including ISI marked

Stainless Steel butt hinges with

necessary screws.

Sqm 163.00

6.1.2 25mm thick (for cupboard)

including ISI marked nickel plated

bright finished M.S Piano hinges IS :

3818 marked with necessary screws.

Sqm 76.00

6.2 Extra for providing lipping with 2nd

class teak wood battens 25mm

minimum depth on all edges of flush

door shutters (over all area of door

shutter to be measured).

Sqm 163.00

6.3 Extra for cutting rebate in flush door

shutters (Total area of the shutter to

be measured).

Sqm 76.00

6.4 Providing and fixing curtain rods of

1.25mm thick chromium plated

brass plate, with two chromium

plated brass brackets fixed with C.P

brass screws and wooden plugs etc.,

wherever necessary complete :

6.4.1 25mm dia. Metre 249.00

Page 52: Tender

51

AE (P) / EE (P)

6.5 Providing and fixing M.S. grills of

required pattern in frames of

windows etc with M.S flats, square

or round bars etc. including priming

coat with approved steel primer. all

complete.

6.5.1 Fixed to openings / wooden frames

with rawl plugs screws etc complete.

Kg 3841.00

6.6 Providing and fixing 50mm bright

finished brass cup board or wardrobe

knob of approved quality with

necessary screws.

Each 96.00

6.7 Providing and fixing chromium

plated brass handles with necessary

screws etc. complete:

6.7.1 125mm Each 172.00

6.7.2 100mm Each 92.00

6.8 Providing and fixing Fiber Glass

Reinforced plastic (FRP) Door

Frames of cross-section 90 mm X 45

mm having single rebate of 32 mm

X 15 mm to receive shutter of 30mm

thickness. The laminate shall be

moulded with fire resistance grade

unsaturated polyster resin and

chopped mat. Door frame laminate

shall be 2 mm thick and shall be

filled with suitable wooden block in

all the three legs. The frame shall be

covered with fiber glass from all

sides. M.S stay shall be provided at

the bottom to steady the frame.

Metre 228.00

6.9 Providing and fixing to existing door

frames.

Page 53: Tender

52

AE (P) / EE (P)

6.9.1 30mm thick Glass Fibre Reinforced

Plastic (FRP) panelled door shutter

of required colour and approved

brand and manufacture, made with

fire - retardant grade unsaturated

polyster resin, moulded to 3 mm

thick FRP laminate for forming

hollow rails and styles, with wooden

frame and suitable blocks of

seasoned wood inside at required

places for fixing of fittings, cast

monolithically with 5 mm thick FRP

laminate for panels conforming to IS

: 14856, including fixing to frames.

Sqm 73.00

6.10 Providing and fixing zinc alloyed

(white powder coated) touch lock for

uPVC sliding window with

necessary screws etc. complete.

Each 225.00

6.11 Providing and fixing steel roller for

uPVC sliding window with

necessary screws etc. complete.

Each 675.00

6.12 Providing and fixing chromium

plated brass tower bolts (barrel type)

with necessary screws etc. complete:

6.12.1 250x10 mm Each 172.00

6.12.2 200 x 10 mm Each 140.00

6.9 Providing and fixing chromium

plated brass hanging type floor door

stopper with necessary screws, etc.

complete

Each 86.00

6.10 Providing and fixing chromium

plated brass sliding door bolt with

nuts and screws etc. complete :

6.10.1 250 X 16mm Each 86.00

6.11 Providing and fixing chromium

plated brass door latch with screws

etc. complete

6.11.1 250x16x5 mm Each 86.00

Page 54: Tender

53

AE (P) / EE (P)

6.12 Providing and fixing chromium

brass hasp and staple (safety type)

with necessary screws etc. complete.

6.12.1 115mm. Each 48.00

SH : 7 : STEEL WORK

7.1 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

and applying a priming coat of

approved steel primer.

7.1.1 Fixing with 15X3mm lugs 10cm

long embedded in cement concrete

block 15X10X10cm of C.C 1:3:6 (1

cement : 3 coarse sand : 6 graded

stone aggregate 20mm nominal

size).

Kg 832.00

7.2 Providing and fixing pressed steel

door frames conforming to IS :

4851manufactured from commercial

mild steel sheet of 1.25 mm

thickness including hinges jamb,

lock jamb, bead and if required

angle threshold of mild steel angle

of section 50 x 25 mm, or base ties

of 1.25 mm pressed mild steel

welded or rigidly fixed together by

mechanical means, adjustable lugs

with split end tail to each jamb

including steel butt hinges 2.5 mm

thick with mortar guards, lock strike

- plate and shock absorbers as

specified and applying a coat of

approved steel primer after pre-

treatment of the surface as directed

by Engineer - in - charge :

7.2.1 Profile B.

7.2.1.1 Fixing with adjustable lugs with split

end tail to each jamb

Metre 439.00

Page 55: Tender

54

AE (P) / EE (P)

7.3 Providing and fixing M.S fan clamp

type I or II of 16mm dia M.S bar,

bent to shape with hooked ends in

R.C.C slabs, beams during laying

including painting the exposed

portion of loop, all as per standard

design complete.

Each 36.00

7.4 Providing and fixing circular/

Hexagonal cast iron or M.S. sheet

box for ceiling fan clamp, of internal

dia 140 mm, 73 mm height, top lid

of 1.5 mm thick M.S. sheet with its

top surface hacked for proper

bonding, top lid shall be screwed

into the cast iron/ M.S. sheet box by

means of 3.3 mm dia round 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.

Each 55.00

7.5 Steel work welded in built up

sections/framed work including

cutting, hoisting, fixing in position

and applying a priming coat of

approved steel primer using

structural steel etc. as required.

7.5.1 In gratings, frames, guard bar,

ladders, railings, brackets, gates &

similar works.

Kg 1000.00

Page 56: Tender

55

AE (P) / EE (P)

7.6 Providing and fixing stainless steel (

Grade 304) railing made of Hollow

tubes, channels, plates etc.,

including welding, grinding, buffing,

polishing and making curvature

(wherever required) and fitting the

same with necessary stainless steel

nuts and bolts complete, i/c fixing

the railing with necessary

accessories & stainless steel dash

fasteners , stainless steel bolts etc.,

of required size, on the top of the

floor or the side of waist slab with

suitable arrangement as per approval

of Engineer-in-charge, ( for payment

purpose only weight of stainless

steel members shall be considered

excluding fixing accessories such as

nuts, bolts, fasteners etc.).

Kg 1713.00

7.7 Providing and fixing fly proof wire

gauge to windows, clerestory

windows & doors with M.S Flat

15x3mm and nuts & bolts complete.

7.7.1 Stainless steel (grade 304) wire

gauge of 0.5mm dia wire and 1.4mm

aperture on both sides.

Sqm 40.00

SH : 8 : FLOORING

8.1 Cement concrete flooring 1:2:4 (1

cement : 2 coarse sand : 4 graded

stone aggregate) finished with a

floating coat of neat cement,

including cement slurry, but

excluding the cost of nosing of steps

etc. complete.

8.1.1 40 mm thick with 20 mm nominal

size stone aggregate

Sqm 148.00

Page 57: Tender

56

AE (P) / EE (P)

8.2 Providing and fixing Ist quality

ceramic glazed wall tiles conforming

to IS : 15622 (thickness to be

specified by the manufacturer) of

approved make in all colours, shades

except burgundy, bottle green, black

of any size as approved by Engineer

- in - Charge in skirting, risers of

steps and dados over 12 mm thick

bed of Cement Mortar 1:3 (1

Cement : 3 Coarse sand) and

jointing with grey cement slurry @

3.3 kg per sqm including pointing in

white cement mixed with pigment of

matching shade complete.

Sqm 846.00

8.3 Providing and laying Ceramic

glazed floor tiles 300X300 mm

(thickness to be specified by the

manufacturer) of Ist quality

conforming to IS : 15622 of

approved make in colours such as

White, Ivory, Grey, Fume Red

Brown, laid on 20 mm thick Cement

Mortar 1:4 (1 Cement : 4 Coarse

sand) including pointing the joints

with white cement and matching

pigment etc. complete.

Sqm 188.00

8.4 Providing and laying double

charge vitrified floor tiles in

different sizes (thickness to be

specified by the manufacturer) with

water absorption less than 0.08%

and conforming to IS : 15622, of

approved make, in all colours and

shades, laid on 20mm thick cement

mortar 1:4 (1 cement : 4 coarse

sand), including grouting the joints

with white cement and matching

pigments etc., complete.

8.4.1 Size of Tile 600x600 mm Sqm 1455.00

Page 58: Tender

57

AE (P) / EE (P)

8.5 Providing and laying double charge

Vitrified tiles in different sizes

(thickness to be specified by

manufacturer), with water

absorption less than 0.08 % and

conforming to I.S. 15622, of

approved make, in all colours &

shade, in skirting, riser of steps, over

12 mm thick bed of cement mortar

1:3 (1 cement: 3 coarse sand),

including grouting the joint with

white cement& matching pigments

etc. complete.

8.5.1 Size of Tile 600x600 mm Sqm 187.00

8.6 Providing and fixing 1st quality

degital Series Ceramic glazed wall

tiles (300X600mm) conforming to

IS : 156622 (thickenss to be

specified by the manufacturer), of

approved make, in all colours,

shades except burgundy, bottle

green, black of any size as approved

by Engineer-in-charge, in skirting,

risers of steps and dados, over 12

mm thick bed of cement mortar 1:3

(1 Cement : 3 coarse sand) and joint

with grey cement slurry @ 3.3 kg

per sqm in cluding pointing in white

cement mixed with pigment of

matching shade complete.

Sqm 355.00

8.7 Providing and fixing prepolished

cement concrete floor tiles

conforming to IS : 1237 : 1980

(Reaffirmed in 1996) for heavy duty

tiles (Exterier Grade) of 22 - 25 mm

thick of make Ultra eurocon or

Dunacrete or equivalent Abrasion

and water resistant as per pattern,

size and colour as specified or as

approved by Engineer-in-charge to

be used in floor laid over cement

mortar (1:4) 20mm thick required

jointed with neat cement slurry

mixed with pigment to match the

shade of tiles including curing,

rubbing and cleaning etc complete.

Sqm 92.00

Page 59: Tender

58

AE (P) / EE (P)

8.8 Providing and fixing 18mm thick

gang saw cut (polished and machine

cut) granite stone flooring over

20mm (avg) thick base of cement

mortar 1:4 (1 cement : 4 coarse

sand) laid and joints treated with

grey cement slurry mixed with

matching pigment epoxy, touch up

including rubbing (if required),

cutting, polishing to give high gloss

finish etc. complete at all levels.

(Granite stone for treads of steps

shall be in one single piece and

nothing extra shall be paid)

8.8.1 18 mm thick Granite of any colour

and shade as approved by Engineer-

in-charge

Sqm 410.00

8.9 Providing and fixing 18mm thick

gang saw cut (polished and machine

cut) granite stone slab in skirting,

risers of steps skirting and dado and

pillar laid on 12mm (average) thick

cement mortar 1:3 (1 cement : 3

coarse sand) and jointing with white

cement slurry mixed with pigment to

match the shade of the slabs

including rubbing and polishing

complete. (Granite stone for riser of

steps shall be in one single piece and

nothing extra shall be paid.)

8.9.1 18 mm thick Granite of any colour

and shade as approved by Engineer-

in-charge

Sqm 40.00

8.10 Extra for providing edge moulding

to 36mm thick granite stone

counters, vanities etc. including

fixing two granite stone with areldite

to make 36 mm thick granite

,machine polishing to edge to give

high gloss finish etc. complete as per

design approved by Engineer-in-

Charge.

8.10.1 Granite work metre 380.00

Page 60: Tender

59

AE (P) / EE (P)

SH : 9 : ROOFING

9.1 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 for thermal expansion.(I)

Single socketed pipes.

9.1.1.1 110 mm diameter Metre 190.00

9.2 Providing and fixing on wall face

unplasticised - PVC moulded

fittings/accessories for unplasticised

Rigid PVC rain water pipes

conforming to IS : 13592 Type A

including jointing with seal ring

conforming to IS : 5382 leaving 10

mm gap for thermal expansion.

9.2.1 Single tee with door.

9.2.1.1 110x110x110mm. Each 7.00

9.2.2 Bend 87.5degree.

9.2.2.1 110mm bend. Each 17.00

9.2.3 Shoe (Plain)

9.2.3.1 110mm shoe. Each 7.00

9.3 Providing and fixing unplasticised -

PVC pipe clips of approved design

to unplasticised - PVC rain water

pipes by means of 50 x 50 x 50 mm

hard wood plugs, screwed with M.S.

screws of required length including

cutting brick work and fixing in

cement mortar 1:4 (1 cement : 4

coarse sand) and making good the

wall etc. complete.

9.3.1 110 mm Each 106.00

9.4 Providing and fixing to the inlet

mouth of rain water pipe cast iron

grating 15 cm diametre and

weighing not less than 440 grams.

Each 17.00

Page 61: Tender

60

AE (P) / EE (P)

9.5 Providing and fixing 15mm thick

densified regular edged eco friendly

light weight calcium silicate false

celling tiles of approved texture

spintone/cosmos/Hexa or equivalent

of size 595x595mm in true

horizontal level, suspended on inter

locking metal grid of hot dipped

galvanised steel sections

(galvanising @ 120 grams per sqm

including both side) consisting of

main 'T' runner suitably spaced at

joints to get required length and of

size 24x38mm made from 0.33mm

thick (minimum) sheet, spaced 1200

mm centre to centre, and cross "T"

of size 24x28mm made out of

0.33mm (Minimum) sheet to be inter

locked at middle of the 1200x600

mm panel to from grid of size

600x600mm, resting onperiphery

walls / partitions on a Perimeter wall

angle pre-coated steel of

size(24x24x3000 mm made of 0.40

mm thick (minimum) sheet withthe

help of rawl plugs at 450 mm centre

to centre with 25 mm long dry wall

screws @ 230mm interval and

laying 15 mm thick densified edges

calcium silicate celling tiles of

approved texture (Spintone /

Cosmos/hexa) in the grid, including,

cutting / making opening for

services like diffusers, grills, light

fittings, fixtures, smoke detectors

etc, wherever

required. Main 'T' runners to be

suspended from celling using G.I.

slotted cleats of size 25x35x1.6mm

fixed to celling with 12.5mm dia and

50mm long dash fasteners, 4mm G.I.

Adjustable rods with galvanised

steel level clips of size 85x30x0.8

mm, spaced at 1200 mm centre to

centre along main 'T', bottom

exposed with 24 mm of all T -

sections shall be pre-painted with

polyster baked paint, for all heights,

Page 62: Tender

61

AE (P) / EE (P)

as per specifications, drawings and

as directed by engineer-in-charge.

Note :- Only calcium silicate false

celling area will be measured from

wall to wall. No deduction shall be

made for exposed frames/opening

(cut outs) having area less than 0.30

sqm. The calcium silicate celling tile

shall have NRC value of 0.50

(Minimum), light reflection > 85%,

non-combustible as per B.S 476 part

IV, 100% humidity resistance and

also having thermal conductivity <

0.043 w/m 0 KC.

Sqm 569.00

SH : 10 : FINISHING

10.1 12 mm cement plaster of mix :

10.1.1 1:6 (1 cement: 6 coarse sand) Sqm 4988.00

10.2 15 mm cement plaster on rough side

of single or half brick wall of mix :

10.2.1 1:6 (1 cement: 6 coarse sand) Sqm 5008.00

10.3 15 mm cement plaster on rough side

of single or half brick wall finishede

with a floating coat of neat cement

of mix :

10.3.1 1:4 (1 cement : 4 fine sand) Sqm 456.00

10.4 6 mm cement plaster of mix :

10.4.1 1:3 (1 cement : 3 fine sand) Sqm 3019.00

Page 63: Tender

62

AE (P) / EE (P)

10.5 Applying one coat of water

thinnable cement primer of approved

brand and manufacture on wall

surface.

10.5.1 Water thinnable cement primer. Sqm 10320.00

10.6 Finishing walls with Premium

Acrylic Smooth exterior paint with

Silicone additives of required shade.

10.6.1 New work (Two or more coats

applied @ 1.43 ltr / 10 sqm over and

including base coat of water

proofing cement paint applied @

2.20 kg / 10 sqm)

Sqm 2344.00

10.7 Wall painting with acrylic emulsion

paint of approved brand and

manufacture to give an even shade.

10.7.1 Two or more coats on new work. Sqm 10320.00

10.8 Painting with synthetic enamel paint

of approved brand and manufacture

to give an even shade :

10.8.1 Two or more coats on new work Sqm 307.00

10.9 Providing and applying white

cement based putty of average

thickness of 1 mm of approved

brand and manufacturer, over

plastered wall surface to prepare

the surface even and smooth

complete.

Sqm 12663.00

SH : 11 : DISMANTLING AND

DEMOLISHING

11.1 Demolishing cement concrete

manually / by mechanical means

including disposal of material within

50 metres lead as per direction of

Engineer-in-charge.

11.1.1 Nominal concrete 1:4:8 or lenear

mix (i/c equivalent design mix).

Cum 11.00

Page 64: Tender

63

AE (P) / EE (P)

11.2 Demolishing brick work manually /

by mechanical means including

stacking of serviceable material and

disposal of unserviceable material

within 50 metres lead as per

direction of Engineer-in-charge.

11.2.1 In cement mortar. Cum 73.00

SH : 12 : SANITARY

INSTALLATIONS

12.1 Providing and fixing water closet

squatting pan (Indian type W.C. pan

) with 100 mm sand cast Iron P or S

trap, 10 litre low level white P.V.C.

flushing cistern, including flush

pipe, with manually controlled

device (handle lever) conforming to

IS : 7231, with all fittings and

fixtures complete, including cutting

and making good the walls and

floors wherever required :

12.1.1 White Vitreous china Orissa pattern

W.C. pan of size 580x440 mm with

integral type foot rests

Each 7.00

12.2 Providing and fixing white vitreous

china pedestal type water closet

(European type) with seat and lid, 10

litre low level white vitreous china

flushing cistern & C.P flush bend

with fittings & C.I brackets, 40mm

flush bend, overflow arrangement

with specials of standard make and

mosquito proof coupling of

approved muncipal design complete

including painting of fittings and

brackets, cutting and making good

the walls and floors wherever

required.

12.2.1 W.C pan with ISI marked white

solid plastic seat and lid.

Each 31.00

Page 65: Tender

64

AE (P) / EE (P)

12.3 Providing and fixing wash basin

with C.I.brackets, 15 mm C.P. brass

pillar taps, 32 mm C.P. brass waste

of standard pattern, including

painting of fittings and brackets,

cutting and making good the walls

wherever require :

12.3.1 White Vitreous China Flat back

wash basin size 550x 400 mm with

single 15 mm C.P. brass pillar tap.

Each 26.00

12.4 Providing and fixing white vitreous

china pedestal for wash basin

compltely recessed at the back for

the reception of pipes and fittings.

Each 26.00

12.5 Providing and fixing P.V.C. waste

pipe for sink or wash basin including

P.V.C. waste fittings complete.

12.5.1 Semi rigid pipe

12.5.1.1 40 mm dia Each 36.00

12.6 Providing and fixing mirror of

superior glass (of approved quality)

and of required shape and size with

plastic moulded frame of approved

make and shade with 6mm thick

hard board backing.

12.6.1 Rectangular shape 453x357 mm. Each 36.00

12.7 Providing and fixing soil, waste and

vent pipes :

12.7.1 100 mm dia

12.7.1.1 Centrifugally cast (spun) iron socket

& spigot (S&S) pipe as per IS: 3989

Metre 380.00

Page 66: Tender

65

AE (P) / EE (P)

12.8 Providing and fixing M.S. holder-bat

clamps of approved design to Sand

Cast iron/cast iron (spun) pipe

embedded in and including cement

concrete blocks 10x10x10 cm of

1:2:4 mix (1 cement : 2 coarse sand :

4 graded stone aggregate 20 mm

nominal size), including cost of

cutting holes and making good the

walls etc. :

12.8.1 For 100 mm dia pipe Each 122.00

12.9 Providing and fixing bend of

required degree with access door,

insertion rubber washer 3 mm thick,

bolts and nuts complete.

12.9.1 100 mm dia

12.9.1.1 Sand cast iron S&S as per IS - 3989 Each 70.00

12.10 Providing and fixing plain bend of

required degree.

12.10.1 100 mm dia

12.10.1.1 Sand cast iron S&S as per IS - 3989 Each 36.00

12.11 Providing and fixing single equal

plain junction of required degree

with access door, insertion rubber

washer 3 mm thick, bolts and nuts

complete :

12.11.1 100x100x100x100 mm

12.11.1.1 Sand cast iron S&S as per IS - 3989 Each 22.00

12.13 Providing and fixing single equal

plain junction of required degree.

12.13.1 100x100x100x100 mm

12.13.1.1 Sand cast iron S&S as per IS - 3989 Each 22.00

12.14 Providing and fixing single equal

plain invert branch of required

degree.

12.14.1 100x100x100x100 mm

12.14.1.1 Sand cast iron S&S as per IS - 3989 Each 12.00

Page 67: Tender

66

AE (P) / EE (P)

12.15 Providing and fixing terminal guard

:

12.15.1 100mm

12.15.1 Sand cast iron S&S as per IS - 3989 Each 14.00

12.16 Providing and fixing collar :

12.16.1 100mm

12.16.1.1 Sand cast iron S&S as per IS - 3989 Each 14.00

12.17 Providing lead caulked joints to sand

cast iron/centrifugally cast (spun)

iron pipes and fittings of diameter :

12.17.1 100 mm Each 397.00

12.17.1 Providing and fixing trap of self

cleansing design with screwed down

or hinged grating with or without

vent arm complete, including cost of

cutting and making good the walls

and floors :

12.17.1 100 mm inlet and 100 mm outlet

12.17.1.1 Sand cast iron S&S as per IS: 3989 Each 76.00

12.18 Painting sand cast iron/ centrifugally

cast (spun) iron soil, waste vent

pipes and fittings with two coats of

synthetic enamel paint of any colour

such as chocolate grey, or buff etc.

over a coat of primer (of approved

quality) for new work :

12.18.1 100 mm diameter pipe Metre 418.00

12.19 Providing and fixing PTMT liquid

soap container 109 mm wide, 125

mm high and 112 mm distance from

wall of standard shape with bracket

of the same materials with snap

fittings of approved quality and

colour, weighing not less than 105

gms.

Each 36.00

Page 68: Tender

67

AE (P) / EE (P)

12.20 Providing and fixing white vitreous

china battery based infrared sensor

operated urinal of approx. size 610 x

390 x 370 mm having pre & post

flushing with water ( 250 ml & 500

ml consumption), having water inlet

from back side, including fixing to

wall with suitable brackets all as per

manufacturers specification and

direction of Engineer-in-charge.

Each 8.00

12.21 Providing and fixing couter top self

rimming basins inside cut stone /

RCC slab counter with 15mm CP

brass pillar tap, 32mm CP brass

waste of standard pattern including

painting of fitting, cutting and

making good the walls, slab whrever

required: white vitreous china wash

basin of counter top type of size 560

x 410 mm with a single 15mm CP

brass pillar tap.Oval shape wash

basin.

Each 10.00

12.22 Providing and fixing of Glass Shelf

of Polished Chrome of KOHLER

Eolia Series (Cat. No. K-17520T-

CP) or equivalent, as per direction of

the Engineer-Incharge.

Each 32.00

12.23 Providing and fixing Toilet Paper

Holder of Polished Chrome of

JAQUAR (Cat. No.AKP-35751P) or

equivalent, as per direction of the

Engineer-in-charge.

Each 24.00

12.24 Providing and fixing C.P. bottle trap

for wash basin and sink. Bottle trap

31mm single piece moulded with

height of 270mm , effective length

to tail pipe 260mm from the centre

of the waste coupling 77mm breadth

with 25mm minimum water seal

Each 24.00

Page 69: Tender

68

AE (P) / EE (P)

12.25 Providing and fixing of Health

Faucet with metal hose and holder in

Polished Chrome, (Parryware -

T9940A1 / Cera - CG 105/

Hindware - F160059 / Jaquar -

ALD-563) alongwith all necessary

accessories complete including

cutting, making good the walls,

floors, slab wherever required as per

direction of Engineer-Incharge.

Each 24.00

12.26 Providing and fixing of Towel Ring

(Parryware - T6002A1 / Cera -

CA102 / Hindware-F880007 /

Jaquar - AQN-7721)) alongwith all

necessary accessories complete

including cutting, making good the

walls, floors, slab wherever required

as per direction of Engineer-

Incharge.

Each 24.00

12.27 Providing and fixing of Stainless

Steel Soap Dish(Parryware -

T6302A1 / Cera - CA103 /

Hindware - F870004) /Jaquar-

AQN7731) alongwith all necessary

accessories complete including

cutting, making good the walls,

floors, slab wherever required as per

direction of Engineer-Incharge.

Each 24.00

SH : 13 : WATER SUPPLY

13.1 Providing and fixing Chlorinated

Polyvinyl Chloride (CPVC) pipes,

having thermal stability for hot &

cold water supply, including all

CPVC plain & brass threaded

fittings, including fixing the pipe

with clamps at 1.00 m spacing. This

includes jointing of pipes & fittings

with one step CPVC solvent cement

and testing of joints complete as per

direction of Engineer in Charge.

Internal work - Exposed on wall

13.1.1 25 mm nominal outer dia Pipes Metre 229.00

Page 70: Tender

69

AE (P) / EE (P)

13.1.2 40 mm nominal outer dia Pipes Metre 67.00

13.2 Providing and fixing Chlorinated

Polyvinyl Chloride (CPVC) pipes,

having thermal stability for hot &

cold water supply, including all

CPVC plain & brass threaded

fittings, i/c fixing the pipe with

clamps at 1.00 m spacing. This

includes jointing of pipes & fittings

with one step CPVC solvent cement

and the cost of cutting chases and

making good the same including

testing of joints complete as per

direction of Engineer in Charge.

Concealed work, including cutting

chases and making good the walls

etc.

13.2.1 20 mm nominal outer dia Pipes Metre 390.00

13.2.2 25 mm nominal outer dia Pipes Metre 216.00

13.3 Providing and fixing G.I. pipes

complete with G.I. fittings including

trenching and refilling etc.

External work

13.3.1 50 mm dia nominal bore Metre 15.00

13.4 Making connection of G.I

distribution branch with G.I main of

following sizes by providing and

fixing tee, including cutting and

threading the pipe etc. complete

13.4.1 50 to 80 mm nominal bore Each 50.00

13.5 Providing and fixing gun metal gate

valve with C.I. wheel of approved

quality (screwed end) :

13.5.1 32 mm nominal bore. Each 9.00

13.5.2 40 mm nominal bore Each 3.00

13.5.3 50 mm nominal bore Each 7.00

13.6 Providing and fixing unplasticised

PVC connection pipe with brass

unions.

Page 71: Tender

70

AE (P) / EE (P)

13.6.1 45 cm length

13.6.1.1 15 mm nominal bore Each 74.00

13.7 Supplying pig lead at site of work. Quintal 0.40

13.8 Painting G.I pipes and fittings with

two coats of anti-corrosive

bitumastic paint of approved quality.

13.8.1 50 mm diameter pipe. Metre 50.00

13.9 Providing and filling sand of grading

zone V or coarser grade allround the

G.I pipes in external work.

13.9.1 50 mm diameter pipe. Metre 50.00

13.10 Providing and placing on terrace (at

all floor level) polythylene water

storage tank ISI 12701 marked with

cover and suitable locking

arrangement and making necessary

holes for inlet, outlet and overflow

pipes but without fittings and the

base support for tank.

Per

litre

20000.00

13.11 Providing and fixing C.P. brass bib

cock of approved quality

conforming to IS:8931 :

13.11.1 15 mm nominal bore Each 36.00

13.12 Providing and fixing C.P. brass long

body bib cock of approved quality

conforming to IS standards and

weighing not less than 690

gms.:8931 :

13.12.1 15 mm nominal bore Each 58.00

13.13 Providing and fixing C.P. brass stop

cock (concealed)of standard design

and of approved make conforming to

IS : 8931.quality and colour.

13.13.1 15 mm nominal bore. Each 34.00

Page 72: Tender

71

AE (P) / EE (P)

13.14 Providing and fixing C.P. brass

angle valve for basin mixer and

geyser points of approved quility

conforming to IS : 8931.

13.14.1 15 mm nominal bore. Each 74.00

13.15 Providing and fixing C.P brass

Towel rails 600mm long quality of

Jaquar (cat no ACN-111NM) or

equivalent of Kohler or Marc

complete with C.P brass brackets

fixed to rawl plugs of approved

design with C.P brass screws as per

direction of Engineer-in-charge.

Each 34.00

13.16 Providing and fixing ivory chrome

pressure adjustable shower with

revolving joint (with body rotation)

with 190mm long casted shower arm

of approved quality of Jaquar (cat no

OHS-1789 & SHA-477) or Kohler

or equivalent of Kohler & Marc as

per direction of Engineer-in-charge.

Each 34.00

SH : 14 : DRAINAGE

14.1 Providing, laying and jointing glazed

stoneware pipes class SP-1 with stiff

mixture of cement mortar in the

proportion of 1:1 (1 cement : 1 fine

sand) including testing of joints etc.

complete :

14.1.1 150 mm diameter Metre 135.00

14.2 Providing and laying cement

concrete 1:5:10 (1 cement : 5 coarse

sand : 10 graded stone aggregate 40

mm nominal size) up to haunches of

S.W. pipes including bed concrete as

per standard design :

14.2.1 150 mm diameter S.W. pipe Metre 135.00

Page 73: Tender

72

AE (P) / EE (P)

14.3 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

with frame of 300 x300 mm size

(inside) the weight of cover to be not

less than 4.50 kg and frame to be not

less than 2.70 kg as per standard

design :

14.3.1 100x100 mm size P type

14.3.1.1 With common burnt clay F.P.S. (non

modular) bricks of class designation

7.5

Each 12.00

14.4 Constructing brick masonry manhole

in cement mortar 1:4 (1 cement : 4

coarse sand) R.C.C. top slab with

1:2:4 mix (1 cement : 2 coarse sand :

4 graded stone aggregate 20 mm

nominal size), foundation concrete

1:4:8 mix (1 cement : 4 coarse sand :

8 graded stone aggregate 40 mm

nominal size) inside plastering 12

mm thick with cement mortar 1:3 (1

cement : 3 coarse sand) finished

with floating coat of neat cement

and making channels in cement

concrete 1:2:4 (1 cement : 2 coarse

sand : 4 graded stone aggregate 20

mm nominal size) finished with a

floating coat of neat cement

complete as per standard design :

14.4.1 Inside size 90 x 80 cm and 45 cm

deep including pre-cast R.C.C

manhole cover and frame of required

shape and approved quality (L.D -

2.5) of size 600X450 mm internal

diamensions.

14.4.1.1 With common burnt clay F.P.S (non-

modular) . bricks with class

designation 7.5.

Each 25.00

14.5 Extra for depth for manholes :

14.5.1 Size 90x80 cm

14.5.1.1 With common burnt clay F.P.S. (non

modular) bricks of class designation

7.5

Metre 4.00

Page 74: Tender

73

AE (P) / EE (P)

14.6 Providing M.S. foot rests including

fixing in manholes with 20x20x10

cm cement concrete blocks 1:3:6 (1

cement : 3 coarse sand : 6 graded

stone aggregate 20 mm nominal

size) as per standard design :

14.6.1 With 20 mm diameter round bar. Each 20.00

14.7 Making connection of drain or sewer

line with existing manhole including

breaking into and making good the

walls, floors with cement concrete

1:2:4 mix (1 cement : 2 coarse sand :

4 graded stone aggregate 20mm

nominal size) cement plastered on

both sides with cement mortar 1:3 (1

cement : 3 coarse sand) finished

with a floating coat of neat cement

and making necessary channels for

the drain etc. complete.

14.7.1 For pipes 100 to 250 mm diameter. Each 1.00

14.8 Making soak pit 2.5 m diameter 3.0

metre deep with 45 x 45 cm dry

brick honey comb shaft with bricks

and S.W. drain pipe 100 mm

diameter, 1.8 m long complete as per

standard design.

14.8.1 With common burnt clay F.P.S. (non

modular) bricks of class designation

7.5

Each 1.00

SH : 15 : ALUMINIUM WORK

Page 75: Tender

74

AE (P) / EE (P)

15.1 Providing and fixing aluminium

work for doors, windows, ventilators

and partitions with extruded built up

standard tubular sections /

appropriate Z sections and other

sections of approved make

conforming to IS : 733 and IS :

1285, fixing with dash fasteners of

required dia and size, including

necessary filling up of gaps at

junctions, i.e at top, bottom and

sides with required EPDM rubber /

neoprene gasket etc. Aluminium

sections shall be smooth, rust free,

straight, mitred and jointed

mechanically wherever required

including cleat angle. Aluminium

snap beading for glazing / panelling,

C.P brass / stainless steel screws, all

complete as per architectural

drawings and the direction of

Engineer-in-charge.(Glazing,

paneling and dash fasteners to be

paid for separately).

15.1.1 For fixed portion.

15.1.1.1 Powder coated aluminium

(minimum thickness of powder

coating 50 micron).

Kg 1226.00

15.1.2 For shutters of doors, windows &

ventilators including providing and

fixing hinges / pivots and making

provision for fixing of fittings

wherever required including the cost

of EPDM rubber /neoprene gasket

required (Fittings shall be paid for

separately).

15.1.2.1 Powder coated aluminium

(minimum thickness of powder

coating 50 micron).

Kg 1429.00

Page 76: Tender

75

AE (P) / EE (P)

15.2 Providing and fixing glazing in

aluminium door, window, ventilator

shutters and partitions etc with

EPDM rubber / neoprene gasket etc.

complete as per the architectural

drawings and the directions of

Engineer-in-charge.(Cost of

aluminium snap beading shall be

paid in basic item).

15.2.1 15.2.1 With float glass panes of 4.0

mm thickness.

Sqm 119.00

15.2.2 15.2.2 With float glass panes of 5.50

mm thickness.

Sqm 6.00

15.3 Providing and fixing double action

hydraulic floor spring of approved

brand and manufacture IS : 6315,

having brand logo embossed on the

body / plate with double spring

mechanism and door weight upto

125kg, for doors, including cost of

cutting floors , embedding in floors

as required and making good the

same matching to the existing floor

finishing and cover plates with brass

pivot and single piece M.S sheet

outer box with slide plate etc

complete as per the direction of

Engineer-in-charge.

15.3.1 With stainless steel cover plate

minimum 1.25mm thickness.

Each 2.00

15.4 Filling the gap in between

aluminium frame & adjacent

RCC/Brick/Stone work by providing

weather silicon sealant over backer

rod of approved quality as per

architectural drawings and direction

of Engineer-in-charge complete.

15.4.1 Upto 5mm depth and 5mm width. Metre 1113.00

15.5 Providing and fixing aluminium

tubular handle bar 32mm outer dia,

3.0mm thick & 2100mm long with

SS screws etc. complete as per

direction of Engineer-in-charge.

Page 77: Tender

76

AE (P) / EE (P)

15.5.1 Powdered coated minimum

thickness 50 micron aluminium

tubular hangle bar..

Each 2.00

15.6 Providing and fixing 100mm brass

locks (best make of approved

quality) for aluminium doors

including necessary cutting and

making good etc. complete.

Each 1.00

SH : 16 : WATER PROOFING

16.1 Providing and laying water proofing

treatment to vertical and horizontal

surfaces of depressed portions of

W.C., kitchen and the like consisting

of :

i) Ist course of applying cement

slurry @ 4.4 kg/sqm mixed with

water proofing compound '

conforming to IS 2645 in

recommended proportions including

rounding off junction of vertical and

horizontal surface.

ii) IInd course of 20 mm cement

plaster 1:3 (1 cement : 3 coarse

sand) mixed with water proofing

compound in recommended

proportion including rounding off

junction of vertical and horizontal

surface..

iii) IIIrd course of applying blown or

residual bitumen applied hot at 1.7

kg. per sqm of area.

iv) IVth course of 400 micron thick

PVC sheet. (Overlaps at joints of

PVC sheet should be 100 mm wide

and pasted to each other with

bitumen @ 1.7 Kg/sqm.)

Sqm 283.00

16.2 Providing and laying integral cement

based water proofing treatment

including preparation of surface as

required for treatment of roofs,

balconies, terraces etc consisting of

following operations.

Page 78: Tender

77

AE (P) / EE (P)

a) Applying a slurry coat of neat

cement using 2.75 kg/sqm. of

cement admixed with water proofing

compound conforming to IS : 2645

and approved by Engineer-in-charge

over the RCC slab including

adjoining walls upto 300mm height

including cleaning the surface before

treatment.

b) Laying brick bats with mortar

using broken bricks / brick bats 25

mm to 115 mm size with 50 % of

cement mortar 1:5 (1 cement : 5

coarse sand) admixed with water

proofing compound conforming to

IS : 2645 and approved by Engineer-

in-charge over 20 mm thick layer of

cement mortar of mix 1:5 (1 cement

: 5 coarse sand) admixed with water

proofing compound conforming to

IS : 2645 and approved by Engineer-

in-charge to required slope and

treating similarly the adjoining walls

upto 300 mm height including

rounding of junctions of walls and

slabs.

c) After two days of proper curing

applying a second coat of cement

slurry using 2.75 kg/sqm of cement

admixed with water proofing

compound conforming to IS : 2645

and approved by Engineer-in-

charge.

d) Finishing the surface with 20 mm

thick jointless cement mortar of mix

1:4 (1 cement : 4 coarse sand)

admixed with water proofing

compound conforming to IS : 2645

and approved by Engineer-in-charge

including laying glass fibre cloth of

approved quality in top layer of

plaster and finally finishing the

surface with trowel with neat cement

slurry and making pattern of 300 x

300 mm square 3mm deep.

Page 79: Tender

78

AE (P) / EE (P)

e) The whole terrace so finished

shall be flooded with water for a

minimum period of two weeks for

curing and for final test. All above

operations to be done in order and as

directed and specified by the

Engineer - in - Charge.

16.2.1 With average thickness of 120 mm

and minimum thickness at khurra as

65 mm.

Sqm 1010.00

Assistant Engineer (P) Executive Engineer (P) Superintending Engineer (P)

BCC,EZ-V,CPWD, BBSR BCC,EZ-V,CPWD,BBSR EZ-V,CPWD,BBSR

Page 80: Tender

79

AE (P) / EE (P)

Additional Conditions for Internal Electrical Installations.

1. General

1.1. The work shall be generally carried out in accordance with schedule of quantities and the

following specifications and conditions.

a. CPWD general specifications for electrical work Part-I internal- 2013, as amended upto date.

b. CPWD general specifications for electrical work Part-II external – 2005, as amended upto date.

c. Commercial and additional conditions for this work.

d. The Indian electricity Act, 2003 as amended upto date.

e. Indian electricity rules 1956 amended upto date.

1.2. The Department shall not issue any T & P and nothing extra shall be paid on account of this.

2. Rate:

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (Including works contact

tax, labour welfare cess but excluding service tax), Octroi, duties and levies and all charges for

packing, forwarding, insurance, freight and delivery, installation, testing, commissioning etc at

site i/c temporary constructional storage, risks, over head charges, general liabilities / obligations

and clearance from local authorities. The fee for the inspection of installations by government on

production of receipts. Service Tax need not be paid to the Service Tax authorities for the

services provided to the Government as per S. No. 12 of Notification No. 25/2012-Service Tax,

Dated. 20th

June 2012. Therefore Service Tax should not be included in the quoted rates.

3. Completeness of tender:

All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,

termination lugs for electrical connections, and all other items which are use full and necessary

for efficient assembly and installation of equipment and components of the work shall be deemed

to have been included in the tender irrespective of the fact whether such items are specifically

mentioned in the tender documents or not.

4. Storage and Custody of Materials:

The agency has to make his own arrangement for storage, watch and ward of the stores. Their

safe custody shall be the responsibility of the contractor till the final taking over of the

installation by the department.

5. Care of the Building:

Care shall be taken by the contractor while handling and installing the various equipments and

components of the work to avoid damage to the building. He shall be responsible for repairing all

damages and restoring the same to their original finish at his cost. He shall also remove at his

cost all unwanted and waste materials arising out of the installation from the site of work.

6. Completion period:

The completion period indicated in the tender documents is for the entire work of supplying,

installation, testing, commissioning and handing over of the entire installation to the satisfactory

of the Engineer-in-Charge.

Page 81: Tender

80

AE (P) / EE (P)

7. Performance Guarantee:

The tender shall guarantee among other things, the following visa-a-vis specifications.

a. Quality, strength and performance of the materials used.

b. Satisfactory operation during the maintenance period.

i. Defect Liability Period:

a. The LED luminaires consisting of both the drivers and the LED chips shall be

guaranteed for a period of 5 years from the date of completion of the work. A

guarantee certificate from the manufacturer of the LED luminaires regarding the back

to back arrangement for performance of this guarantee clause shall be submitted

along with supply of fittings.

b. All other equipments / fixtures and materials shall be guaranteed for a period of 12

months from the date of taking over the installation by the department against

unsatisfactory performance and / or break down due to defective design,

workmanship of material. The equipments or components, or any part thereof, so

found defective during guarantee period shall be forthwith repaired or replaced free of

cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department

that undue delay is being caused by the contractor in doing this, the same will be got

done by the department at the risk and cost of the contractor. The decision of the

Engineer-in-Charge in this regard shall be final.

8. Power Supply and water supply:

Power supply and water supply shall be arranged by contractor.

9. Data and Programme to be furnished by the tenderers:

The Contractor shall prepare the programme chart for the execution of the work showing clearly

all activities from the start of work to the completion required for the completion of the work

within the stipulated period and submit the same to the Engineer-in-Charge within fifteen days

after the issue of letter for commencement of the work. The contractor shall also submit monthly

programme and progress report and update / re-schedule the same every month. These shall be

submitted by the contractor in soft copy also besides forwarding hard copy of the same.

10. Extent of work:

10.1. The work shall comprise of entire labour including supervision and all materials necessary to

make a complete installation and such tests and adjustments and commissioning as may be

requirement by the department.

10.2. Micor building works necessary like making of opening in walls or in floors and restoring to

their original condition, finish and necessary grouting etc as required to be undertaken.

11. Compliance with Regulations and Indian Standards

11.1. All works shall be carried out in accordance out in accordance with relevant regulation, both

statutory and those specified by the Indian Standards related to this work. In particular, the

equipment and installation shall comply with the following:

Page 82: Tender

81

AE (P) / EE (P)

a. Factories Act.

b. Indian Electricity Rules.

c. IS & BS Standards as applicable.

d. Workmen’s compensation Act.

e. Statutory norms prescribed by local bodies.

12. Indemnity:

The successful tenderer shall at all times indemnify the department, consequent on this works

contract. The successful tenderer shall be liable, in accordance with the Indian Law and

Regulations for any accident occurring due to any cause and the department shall not be

responsible for any accident or damage incurred or claims arising there from during the period of

erection, construction and putting into operation the equipments and ancillary equipment under

the supervision of the successful tenderer in so far as the latter is responsible. The successful

tenderer shall also provide all insurance including third party insurance as may be necessary to

cover the risk. No extra payment would be made to the successful tenderer due to the above.

13. Co-operation with Other Agencies:

The successful tender shall co-ordinate with other contractors and agencies engaged in the

construction of the building and exchange freely all technical information so as to make the

execution of this works contract smooth. No remuneration should be claimed from the

department for such technical operation. If any unreasonable hindrance is caused to other

agencies and any existing portion of the building has to be dismantled and re-done for want of

cooperation and coordination by the successful tenderer during the course of work, such

expenditure incurred will be recovered from the successful tenderer if the restoration work to the

original condition or specification of the dismantled portion of the work was not under taken by

the successful tenderer himself. Water proofing of pits shall not be damaged under any

circumstances.

14. Verification of Correctness of Material at Destination:

The contractor shall have to produce all the relevant records to certify that the genuine material

from the manufacturers has been supplied and erected.

15. Order of Peference:

Should there be any difference or discrepancy between the description of items as given in the

schedule of quantities, technical specifications for individual items of work (Including additional

and commercial conditions) and IS codes etc, the following order of preference shall be

followed:

a. Schedule of quantities.

b. Commercial and additional conditions for this work.

c. General conditions of contract for CPWD works.

d. Drawings

e. CPWD General Specifications.

f. Relevant IS or any other International code in case is not available.

Page 83: Tender

82

AE (P) / EE (P)

16. The main contractor shall also enter into a ‘Memorandum of understanding’ with the approved

associated contractor on Non-Judicial Stamp Paper as per the enclosed proforma and submit this

‘MOU’ duly completed (Duly Signed by him and the associated Contractor) before

commencement of work.

17. Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are

concerned. Separate tender form for electrical component is appended with this tender. It will be

obligatory on part of the main contractor to sign the tender documents for all the components.

18. The main agency shall be responsible for all acts of omissions and submission of the electrical

contractor or sub-contractor engaged by him, even with approved of department.

19. Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be

supplied and used in all the works by the contractor.

20. The contractor has to make his own arrangements for stores and watch and ward and no extra

claim for this will be entertained.

21. Running payment for electrical / mechanical components shall be made by the EE (E) directly to

the main contractor. The main contractor shall make the payment to associated contractor within

15 Days of receipt of each running account payment.

22. Payments Terms:

On account payments for part work (After stipulated and statutory deductions) as assessed by the

Engineer-in-Charge for the applicable items in the contract shall be payable at part rate not

exceeding the percentage indicated against the stages of work.

A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and

light plug wiring.

S. N Stage of work Percentage of Rate

A On laying of conduits with accessories, switch boxes,

etc.

40%

B On drawing of wires i/c terminations, switches, sockets,

cover plates etc.

45%

C On completion of item and after testing and

commissioning.

10%

D At the time of payment of final bill. 5%

B] Items of distribution boards, MCBs, MCB DBs, Rising Main etc

S. N Stage of work Percentage of Rate

A On initial inspection of material and delivery at site in

good condition on pro-rate basis.

60%

B On completion of installation on pro-rata basis. 20%

C On completion of testing and commissioning. 15%

D At the time of payment of final bill. 5%

For other items, the part rates will be decided by the Engineer-in-Charge of the work and

shall be binding on the contractor.

Page 84: Tender

83

AE (P) / EE (P)

23. The main contractor shall be responsible for coordinating the activities of all works and will

ensure progress of works as per laid down programme.

24. The main contractor and / or his associated electrical contractor or his representative is bound to

sign the site order books as and when required by the Engineer-in-charge and will comply with

the remarks therein.

25. The contractor shall make his own arrangement at his own cost for electrical / general tools and

plants required for the work.

26. The connections, interconnections, earthing and loop earthing shall be done by the contractor

when ever required to be done for energisation of the installation and nothing extra shall be paid

on this account.

27. The contractor must be able to work on concrete slabs / walls as and when required and in

complete coordination with the civil works. Cutting of chases in the plastered wall shall in no

case be allowed. The contractor shall fix conduits and boxes in the walls soon after the brick

work is completed and finish the case to rough surface with proper cement sand mixture. Only in

exceptional cases e.g. where cutting of plastered surface con not be avoided it will be

contractor’s responsibility to ensure that plastering is done to match the original finish at no extra

cost.

28. The contractor shall remove all the debris due to the electrical works from the site as soon as the

work is completed.

29. The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be

got approved from Engineer-in-Charge.

30. Some light points in lobby / corridors / stair case / lift shaft etc are group controlled which will

be measured as per specifications.

31. The rupturing capacity of the MCB’s shall be 10KA. The MCB’s shall have ISI mark. Quantities

of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation with the

Engineer-in-Charge or his representative.

32. All the MCCB’s shall be rated for Ics=Icu

33. The copper wire to be used on this work shall be FRLS type and ISI marked.

34. 35.1 The make of switch boxes shall be the same as that of switches. Only the required

knockouts of the switch boxes are to be removes for terminating the conduit pipes with PVC

glands / check nuts.

35.2 Make of MCB / MCCB shall be the same as the make of MCB DB.

35.3 All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum gelly when

installed in brick work till the plastering / painting is done to avoid sticking of cement plaster /

splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid

rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of handing

over.

35.4 All pin 15 amp and 6 pin 15/16 amps power sockets, fan regulator shall be of 2/3 module

type.

35. The electrical works shall be carried out by the contractor, side by side with the progress of the

civil works.

Page 85: Tender

84

AE (P) / EE (P)

36. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of

Engineer-in-charge regarding purchases of wires, modular switches & accessories, MCB’s MCB

DB, fittings, accessories and other items, from the manufacturer’s authorization outlets.

37. All PVC conduits accessories shall be of the same make as conduits. The conduits shall be

terminated at switch boxes / metallic junction boxes with suitable PVC glands / check nuts.

38. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall

be neatly carries out to match the original finish and to the entire satisfaction of the Engineer-in-

charge.

39. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and

MCB DB’s No payment for these wires shall be made. However wires within the cubical panel

will be measured and paid under relevant item of work.

40.1 All the circuit/submain wiring are to be suitably numbered with stickers/maker pen at LT

panel, MCB DB’s switch boards (ON backside of cover plate) for ease of maintenance. Nothing

shall be paid extra on this account.

40. The contractor shall submit the completion plan separately in triplicate on blue print with one set

on tracing “Cloth” as per clause-8 of the contract within 30days of the completion of work. In

case, the contractor fails to submit the plan, he shall be liable to pay a sum equivalent to 2.5% of

the value of the work subject to a ceiling of Rs. 25, 000.00

41. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of

recessed conduit for which no extra payment shall be made. Conduits laid for other services, like

fire alarm, PA etc, where wiring is not done along with EI works, fish wire shall be invariably

drawn.

42. The connection between incoming switch / isolator and bus bar shall be made with suitable size

of thimble and cable at no extra cost.

43. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and

terminals provided with crimped lugs.

44. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of

thickness not less than 3 mm and for which nothing extra shall be paid on the account.

45. All sub-main wiring shall be terminated in the main board with suitable copper lugs and thimbles

for which nothing extra will be paid on this account.

46. All hardware items such as screw, thimbles, GI wire etc which are essentially required for

completing an item as per specifications will be deemed to be included in the item even when the

same have not been specifically mentioned.

47. All hardware items such as nuts / bolts / screws / washers etc to be used in work shall be zinc /

cadmium plate iron.

48. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for

wiring by some other agency subsequently. Nothing extra shall be paid for the same.

49. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per

the decision of the Engineer-in-Charge.

Page 86: Tender

85

AE (P) / EE (P)

50. Materials to be used in work are to be ISI marked. The make of the materials have been indicated

in the list of acceptable makes. No other makes will be acceptable. The materials to be used in

the work shall be got approved by the Engineer-in-Charge / his representative before use at site.

The Engineer-in-charge shall reserve the right to instruct the contractor to remove the materials

which, in his opinion, is not acceptable.

51. Where switches / sockets / regulator / telephone / TV / internet outlets are to be provided the

same shall be of only one make.

52. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per

the direction of the Engineer-in-charge for detectors as reqd.

53. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan

point wiring will have to be brought upto the terminal of the light fittings / fans by the contractor.

Flexible metal conduits shall be used for drawing wires from ceiling to fittings on false ceiling

and nothing extra shall be paid to the contractor for the same.

54. In case the same item appears more than once in the schedule of work under the same sub-head

or among the different subhead of works, the lowest rate quoted for that item shall be taken for

other items also.

55. All statutory deductions like WCT, Labour welfare cess etc shall be made from the bills.

Page 87: Tender

86

AE (P) / EE (P)

Accepted Makes of Materials

Approved makes of materials to be used in the work are as under:

a) Single core stranded ISI Marked FR PVC insulated copper conductor wire: - Finolex/Polycab /

KEI / Havells/RR Kable

b) Piano Type Switch :- Anchor/Great white/Havells

c) Four Pole MCCB L&T /Legrand / Hager/Schneider/ABB (Ics=Icu) (Fourth

pole shall be 100 % Current rated).

d) Three Pole MCCB L&T /Legrand / Hager/Schneider/ABB (Ics=Icu)

e) MCB/DB/Isolator/industrial

Plug socket and Box Legrand / Hager/ Schneider / ABB (rupturing capacity not

less than 10 KA)(MCB & DB shall be of same make)

f) Ceiling Rose (Three plate) Anchor /Great white/Havells

g) MS Conduit ISI marked, AKG, BEC, RMcon

h) Conduit accessories ISI Marked

i) Batten Holder ISI marked

j) Modular type switch, socket, fan step regulator & accessories – Legrand-Myrius/ North-west-

Stylus+

/Anchor-Woods/MK-Blenze

k) Laminated 3 mm thick Sheet: - ISI marked

l) Telephone/TV cable wire Finolex/Polycab / RR Kabel limited/ Havells

m) Screws & Washers for fixing Hylam sheet on board shall be of brass with rounded head.

n) Cubical Panel/ Feeder Pillar : Powder coated & CPRI approved panel Manufacturer

o) G.I./ M.S. pipe :- Tata/Jindal/ Nizon

p) UG cable:- Havell’s /Polycab/Crystal/Universal/KEI

Note:-1. Tenderers quoting for make & models other than above will be rejected.

Page 88: Tender

87

AE (P) / EE (P)

ADDITIONAL SPECIFICATIONS FOR 8 PASSENGERS

SIMPLEX COLLECTIVE SELECTIVE LIFT

1. Type of Lift Passenger Lift

2. Number of lift required One

3. Load: Number of Person 8 passenger Lift (544 Kg)

4. Rated speed 1.0 Mtr. Per. Sec.

5. Travels in meters About 13 Mtr.

6. Number of floors served G + 4

7. (a) Inside size of lift well (W x D) 1900 mm x 1900 mm Deep

(b) Pit Depth 1500 mm

8. Clear inside size of lift car 1300 mm wide x 1100 mm depth

9. Dimension of lift machine room 3100 mm x 4400 mm

10. Position of counter weight As per IS

11. Position of machine room Directly above the lift shaft - GEARLESS

12. (a) Type of control AC variable voltage & variable frequency

(b) Type of operation Microprocessor based Simplex collective selective with or

without attendant.

(c) Potential free contacts Potential free contacts for each floor position and up and

down movement of the lift shall be provided in controller,

which can be used for the building automation system at

later date.

13. Car entrance door

(a) Number One

(b) Size Clear opening about 800 mm x 2000 height

(c) Type of doors Automatic power operated center opening stainless steel

scratch proof (Moon Rock Finish)

(d) Car open in front only or open In front only.

(e) Car fittings indirect LED fitting & fan.

14. Construction design and finish of Stainless steel scratch proof surface car body work

(Moon Rock Finish)

15. Type of signal system (a) Digital floor position indicator in the car and at all

landings (to be provided above the car / landing doors.)

(b) Travel direction indicator in the car and at all landings

(to be provided above the car / landing doors.)

(c) Gongs & visual indication on all landings for pre arrival

of the car.

(d) Overload warning Audio & visual indicator, inside the

car (lift should not start on overload)

(e) Battery operated alarm bell and emergency light.

(f) Car operated panel with fade proof luminous buttons in

car and with intercom.

(g) Luminous hall buttons at all landings.

Page 89: Tender

88

AE (P) / EE (P)

16. Landing entrance

(a) Location of landing entrance All doors on the same side in different floors

(b) Number One

(c) Size 800 mm x 2000 mm

(d) Type of doors Automatic power operated center opening stainless steel

scratch proof (Moon Rock Finish)

(c) Lift in use/lift out of order sign A suitable box above the lift landing with LED

illuminated bilingual (in English & Hindi) sign of

“LIFT OUT OF ORDER” coming up simultaneously at all

doors.

17.Electrical Supply (a) Power: 415 V. AC 3 phase, 50 H, 4 Wire

(b) Lighting 230 V. AC 50 HZ

18.Environment condition at site Summer condition – DB (F) 100 WB (F) 82 RH 80%

of installation Monsoon condition – DB (F) 30 WB (F) 86 RH 90%

Height above sea level – 148 ft.

19. Storage space provided Yes, In the machine room.

20. Additional item, if any

a) Intercom system in the car, lift machine room and reception.

b) Infrared curtain covering the entire height for door safety.

c) Hand rail not less than 600 mm long at 900 mm above floor level to be fixed on three

sides in the lift car.

d) Voice announcement system (Voice Synthesizer) in the car to announce the position

of the elevator in the hoist way as the car passes or stop at a floor served by the

elevator and can give visually impaired persons important information such as, doors

closing/ opening, lift going up/down, lift free and floor level.

e) Automatic rescue device complete with dry maintenance free batteries as required.

f) Fireman switches at main landing terminal.

g) Braille Symbols auditory single to make lift accessible to persons with disabilities.

h) There should be accessible path landing to the elevator.

i) Call push & Control Panel height shall be with in 900mm.

j) Lift door to be easily identified.

k) It is important for the emergency call button in lift to have an acknowledgement light

adjoining it. This provides both visual and auditory notification that some one is in

trouble in the lift and that someone is dealing with the problem.

Page 90: Tender

89

AE (P) / EE (P)

ADDITIONAL SPECIFICATIONS FOR 6 PASSENGERS

SIMPLEX COLLECTIVE SELECTIVE LIFT

17. Type of Lift Passenger Lift

18. Number of lift required One

19. Load: Number of Person 6 passenger Lift (408 Kg)

20. Rated speed 1.0 Mtr. Per. Sec.

21. Travels in meters About 13 Mtr.

22. Number of floors served G + 4

23. (a) Inside size of lift well (W x D) 1700 mm x 1450 mm Deep

(b) Pit Depth 1500 mm

24. Clear inside size of lift car 1100 mm wide x 1000 mm depth

25. Dimension of lift machine room 3100 mm x 4200 mm

26. Position of counter weight As per IS

27. Position of machine room Directly above the lift shaft - GEARLESS

28. (a) Type of control AC variable voltage & variable frequency

(b) Type of operation Microprocessor based Simplex collective selective with or

without attendant.

(c) Potential free contacts Potential free contacts for each floor position and up and

down movement of the lift shall be provided in controller,

which can be used for the building automation system at

later date.

29. Car entrance door

(a) Number One

(b) Size Clear opening about 700 mm x 2000 height

(c) Type of doors Automatic power operated side opening stainless steel

scratch proof (Moon Rock Finish)

(d) Car open in front only or open In front only.

(e) Car fittings indirect LED fitting & fan.

30. Construction design and finish of Stainless steel scratch proof surface car body work

(Moon Rock Finish)

31. Type of signal system (a) Digital floor position indicator in the car and at all

landings (to be provided above the car / landing doors.)

(b) Travel direction indicator in the car and at all landings

(to be provided above the car / landing doors.)

(c) Gongs & visual indication on all landings for pre arrival

of the car.

(d) Overload warning Audio & visual indicator, inside the

car (lift should not start on overload)

(e) Battery operated alarm bell and emergency light.

(f) Car operated panel with fade proof luminous buttons in

car and with intercom.

(g) Luminous hall buttons at all landings.

32. Landing entrance

(a) Location of landing entrance All doors on the same side in different floors

(b) Number One

(c) Size 700 mm x 2000 mm

Page 91: Tender

90

AE (P) / EE (P)

(d) Type of doors Automatic power operated side opening stainless steel

scratch proof

(Moon Rock Finish)

(c) Lift in use/lift out of order sign A suitable box above the lift landing with LED

illuminated bilingual (in English & Hindi) sign of

“LIFT OUT OF ORDER” coming up simultaneously at all

doors.

17.Electrical Supply (a) Power: 415 V. AC 3 phase, 50 H, 4 Wire

(b) Lighting 230 V. AC 50 HZ

18.Environment condition at site Summer condition – DB (F) 100 WB (F) 82 RH 80%

of installation Monsoon condition – DB (F) 30 WB (F) 86 RH 90%

Height above sea level – 148 ft.

19. Storage space provided Yes, In the machine room.

20. Additional item, if any

l) Intercom system in the car, lift machine room and reception.

m) Infrared curtain covering the entire height for door safety.

n) Hand rail not less than 600 mm long at 900 mm above floor level to be fixed on three

sides in the lift car.

o) Voice announcement system (Voice Synthesizer) in the car to announce the position

of the elevator in the hoist way as the car passes or stop at a floor served by the

elevator and can give visually impaired persons important information such as, doors

closing/ opening, lift going up/down, lift free and floor level.

p) Automatic rescue device complete with dry maintenance free batteries as required.

q) Fireman switches at main landing terminal.

r) Braille Symbols auditory single to make lift accessible to persons with disabilities.

s) There should be accessible path landing to the elevator.

t) Call push & Control Panel height shall be with in 900mm.

u) Lift door to be easily identified.

v) It is important for the emergency call button in lift to have an acknowledgement light

adjoining it. This provides both visual and auditory notification that some one is in

trouble in the lift and that someone is dealing with the problem.

Page 92: Tender

91

AE (P) / EE (P)

GENERAL TERMS AND ADDITIONAL CONDITION FOR LIFT

1.0 General

1.1 This specification covers manufacture, testing as may be necessary before dispatch,

delivery at site, all preparatory work, assembly and installation, commissioning putting

into operation of 2 No. 8 and 6 Passenger Lift (G+4).

1.2 Location: - The Lift will be installed at CIPET, Patia, Bhubaneswar.

1.3 The work shall be executed as per CPWD General Specification for Electrical Works (Part

III Lifts & Escalators-2003) as per relevant IS and as per directions of Engineer-in-

Charge. These additional specifications are to be read in conjunction with above and in

cash of variations; specification given in this Additional condition shall apply. However,

nothing extra shall be paid on account of these additional specification & conditions as the

same are to be read along with schedule of quantities for the work.

1.4 The tender should in his own interest visit the site and familiarizes himself with the site

conditions before tendering.

1.5 No. T&P shall be issued by the Department and nothing extra shall be paid on account of

this

2.0 TERMS OF PAYMENTS

The following percentage of contract rates for the various item included in the contract

shall be payable against the stage of work shown herein.

70% after initial inspection and delivery at site in good condition on pro-rates basis.

15% after completion of installation in all respects.

10% after testing, commissioning.

5% will be paid handing over to the department for beneficial use

Security Deposit: Security Deposit shall be deducted from each running bill and the final bill to

the extend of 10% of the gross amount payable subject to maximum limit of 5% of the tendered

value of work. The earnest money deposit shall be adjusted against this security deposit. The

security deposit and performance guarantee shall be released on the successful expiry of

guarantee period stipulated in the contract.

3.0 Rates.

3.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works

contract taxes), duties and levies and all charges for packing forwarding, insurance,

freight and delivery, installation, testing, commissioning etc. at site i/c temporary

constructional storage, risks, over head charges general liabilities / obligations and

clearance from local authorities. However, the fee for these inspections shall be borne by

the department.

3.2 The contractor has to carry out routine & preventive maintenance for 12 months from the

date of handing over. Nothing extra shall be paid.

3.3 Octroi duty shall not be paid separately but octroi exemption certificate can be furnished

by the department on demand. However, the department is not liable to re-imbursement

the octroi duty in case exemption certificates are not honored by the concerned

authorities.

Page 93: Tender

92

AE (P) / EE (P)

4.0 Completeness of Tender:

All sundry equipment, fittings, unit assembles, accessories, hardware items, foundation

bolts, termination lugs for electrical connections, and all other items which are useful and

necessary for efficient assembly and installation of equipment and components of the

work shall be deemed to have been included in the tender irrespectively of the fact

whether such items are specifically mentioned in the tender documents or not.

5.0 For item/equipment requiring initial inspection at manufacturer’s work’s the contractor

will intimate the date of testing of equipments at the manufacturer’s work before

dispatch. The department also reserves the right to inspect the fabrication job at factory

and the successful tenderer has to make the arrangement for the same. The successful

tenderer shall be give sufficient advance notice regarding the dates proposed for such

tests/inspection to the department representative(s) to facilities his presence during

testing/fabrication. The cost of the Engineer’s visit to the factory will be borne by the

Department. Also equipment may be inspected at the Manufacturer’s premises, before

dispatch to the site by the contractor.

6.0 Storage and custody of materials:

The lift machine room may be used for storage of sundry materials and creation

equipments if available or else the agency has to make his own arrangement. No separate

storage accommodation shall be provided by the department. Watch and ward of the

stores and their safe custody shall be the responsibility of the contractor till the final

taking over of the installation by the department.

7.0 Care of the Building:

Care shall be taken by the contractor while handing and installation the various

equipments and components of the work to avoid damage to the building. He shall be

responsible for repairing all damage and restoring the same to their original finish at his

cost. He shall also remove at his cost all unwanted and waste materials arising out of the

installation from the site of work.

8.0 Completion of period:

The completion of the period of As per composite tender, indicated in the tender

documents is for the entire work of planning, designing, supplying, installation, testing,

commissioning and handing over the entire system to the satisfaction of the Engineer-in-

charge.

10.0 Performance Guarantee:

10.1 The tender shall guarantee among other things, the following.

a) Quality, strength and performance of the material used.

b) Safe mechanical and electrical stress on all parts under all specified condition of

operation.

c) Satisfactory operation during the maintenance period.

10.2 The successful tenderer shall submit an irrevocable performance guarantee of 5% of the

tendered amount in addition to other deposits mentioned elsewhere in the contractor for

his proper performance of the contractor agreement within 15 days of issue of letter of

internet. This guarantee shall be in form of cash (in case guarantee amount is less than

Rs. 10,000/0) 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 schedule bank (in

case guarantee, amount is less than Rs.1,00,000.00) or Government securities or fixed

deposit receipts or guarantee bonds of any schedule bank of the State bank of India in the

specified format.

Page 94: Tender

93

AE (P) / EE (P)

The performance guarantee shall be initially valid up to the stipulated date of completion

plus 13 months beyond Bank Guarantee should be kept valid till the Guarantee period

successfully completed.

11.0 Guarantee

11.1 All equipments shall be guaranteed for period of 12 months from the date of taking over

the installation by the department against unsatisfactory performance and/or break down

due to defective design, workmanship of materials. The equipments or components, or

any part thereof, so found defective during guarantee period shall be forth with repaired

free of cost, to the satisfaction of the Engineer-in-charge. In case it is felt by the

department that undue delay is being caused by the contractor in doing this, the same will

be got done by the department at the risk and cost of contractor. The decision of the

Engineer-in-charge in this regard shall be final.

12.0 Power Supply.

Electrical service connection of 415 V, 3 phases, 4 wires, 50 Hz, Ac supply shall be

provided by the Deptt. For installation purpose free of charge.

13.0 Water Supply

Water supply shall be made available by the department at one point.

14.0 Data Manual and Drawings to be furnished by the tenderers.

14.1 With Tender: The tenderer shall furnish along with the tender, detailed technical

literature, pamphlets and performance data for appraisal and evaluation of the offer.

14.2 After Award of work

(i) The successful tenderer would be required to submit the following drawings

within a month of award of work for approval before commencement of

installation.

a) All general arrangement drawings.

b) Details of foundations for the equipment, load data, location etc. of various

assembled equipments as may be needed generally by other agencies for

purpose of their work. The data will include breaking load on guides, reaction

of buffers on lift pits reaction on support points in machine room, lift well etc.

c) Complete layout dimensions for every unit/group of units with dimension

required for erection purposes.

d) Any other drawing/information not specifically mentioned above but deemed

to be necessary for the job by the contractor.

e)

15.0 The successful tenderer should furnish well in advance three copies of details instruction

and manuals of manufactures for all items of equipments regarding installation,

adjustments operation and maintenance i/c preventive maintenance & trouble shooting

together with all the relevant data sheets. Spare parts catalogue and workshop procedure

for repairs, assembly and adjustment etc. all in triplicate.

Page 95: Tender

94

AE (P) / EE (P)

16.0 Extent of Work

16.1 The work shall comprise of entire labour including supervision and all materials

necessary to make a complete installation and such tests and adjustment and

commissioning as may be required by the department. The term complete installation

shall not only mean items of the plant and equipments covered by specifications but all

incidental sundry components necessary for complete execution and satisfactory

performance of installation with all layout charts weather or not those have been

mentioned in details in the tender document in connection with this contract.

16.2 Minor building works necessary for installation of equipment, foundation, making of

opening in walls or in floors and restoring to there original conditions, finish and

necessary grouting etc. as required.

16.3 Maintenance (Routine & preventive) for one year from date of completion and handing

over.

16.4 The work is turnkey project and item required for completion of the project but left in-

advertantly shall be executed within the quoted rates.

17.0 Inspection and testing:

17.1 Copies of all documents of routine and type test certificates of the equipment, carried out

at the manufacturers premises shall be furnished to the Engineer-in-charge and consignee.

17.2 After completion of work in all respect the contractor shall offer the installation for

testing and operation.

17.3 After the satisfactory final testing as per CPWD General specification part-III (Lifts &

escalator) 2003, the contractor shall demonstrate the trouble free running of the lift

installation for a period of 30 working days before the department takes over for the

beneficial use. During this period the lift shall be kept in either automatic or manual code

by the department. The date of taking over the installation/acceptance shall be after

30days of trouble free operation as mentioned above.

18.0 Validity

Tenders shall be valid for acceptance for a period of 90 days from the date of opening of

price bid.

19.0 Compliance with Regulations and Indian standards

19.1 All works shall be done carried out in accordance with relevant regulation, both

statuatory and those specified by the Indian standards related to the works covered by the

specification. In particular, the equipment and installation will comply with the

following:

i. Factories Act.

ii. Indian electricity Rules

iii. I.S & BS Standards as applicable

iv. Workmen’s compensation Act

v. Statutory norms prescribed by local bodies.

19.2 Nothing in this specification shall be constructed to relieve the successful tenderer of his

responsibility for the design, manufacture and installation of the equipment with all

accessories in accordance with currently applicable statutory regulations and safety

codes.

Page 96: Tender

95

AE (P) / EE (P)

19.3 Successful tenderer shall arrange for compliance with statutory provisions of safety

regulations and department requirements of safety codes in respect of labour employed

on the work by the tenderer. Failure to provide such safety requirement would make the

tenderer liable for penalty of Rs. 500/- for each default. In addition, the department will

be at liberty to make arrangement for the safety requirements at the cost of tendering and

cover the cost thereof from him.

20.0 Indemnity

The successful tenderer shall at all indemnity the department, consequent on this works

contract. The successful tenderer shall be liable, in accordance with Indian Law and

Regulations fort any accident or damage incurred or claims arising there from during the

period of erection, construction and putting into operation the equipments and ancillary

equipment under the supervision of the successful tenderer in so far as the letter is

responsible. The successful tenderer shall also provide all insurance including third party

insurance as may be necessary to cover the risk. No extra payment would be made to the

successful tenderer due to the above.

21.0 Erection Tools

No tools and tackles either for unlading or for shifting the equipment for erection

purposes would be made available by the department. The successful tenderer shall make

his own arrangement for all these facilities.

22.0 Co-operation with other agencies.

The successful tender shall co-ordinate with other contractor and agencies engaged in the

construction of building, if any, and exchanges freely all technical information so as to

make the execution of this works contracts smooth. No remuneration should be claimed

from the department for such technical cooperation. If any unreasonable hindrance is

caused to other agencies and any completed portion of the work has to be dismantled and

re-done for want of cooperation and coordination by the successful tenderer during the

course or work, such expenditure incurred will be recovered from the successful tenderer

if the restoration work to the original condition or specifications of the dismantled portion

of the work was not undertaken by the successful tenderer himself.

23.0 Mobilization advance

No mobilization advance shall be paid for this work.

24.0 Insurance and storage

All consignments are to be duly insured up to the destination from warehouse to

warehouse at the cost of the supplier. The insurance covers shall be valid till the

equipment is handed over duly installed, tested and commissioned.

25.0 Verification of correctness of Equipment at Destination.

The contractor shall have to produce all relevant records to certify that the genuine

equipment from the manufacturers has been supplied and erected.

26.0 Painting

This shall include cost of painting of entire exposed iron work complete in the

installation. All equipments work shall be painted at the works before dispatch to the site.

27.0 Training

The scope of works includes on job technical of two persons at site. Noting extra shall be

payable on this account.

Page 97: Tender

96

AE (P) / EE (P)

28.0 Maintenance

28.1 Sufficient trained and experienced staff shall be made available to meet any exigency of

work during the guarantee period of one year from the handing over of the installation.

28.2 The maintenance, routine as well as preventive for one year from the date of taking over

the installation as per manufactures recommendation shall be carried out and the record

of the same shall have to be maintained.

29.0 Interpreting Specifications

In interpreting the specifications, the following order of decrease important shall be

followed in case of contradictions:

a) Schedule of quantities

b) Technical specifications

c) Drawing (if any)

d) General Specifications

e) Relevant IS or other international code in case IS code is not available.

Page 98: Tender

97

AE (P) / EE (P)

TECHNICAL PARTICULARS FOR 1 NO. 8 AND 6 PASSENGERS

SIMPLEX COLLECTIVE SELECTIVE LIFT

(TO BE FURNISHED BY THE FIRM)

Sl. No. Particulars of Details

A. General

1. Name of Manufacturer.

2. Country of Manufacturer.

3. Capacities (Personal/Weight).

4. Service.

5. Speed of Travel.

6. Height of Travel.

7. No. of Floors served.

8. No. of Openings.

9. Position of counter weight.

10. Type of leveling method.

B. Machine

1. Position of Machine

2. Motor

3. Electric supply particulars for which it is suitable for operation

C. Brake

1. Type.

D. Cars and Doors:

1. Outside dimension of car.

2. Inside clear dimensions.

3. Construction of car.

4. Design/type of enclosure of car.

5. Details of flooring.

6. Attachment and fitting inside the car.

7. Car Doors:

(a) Size

(b) Operation

(c) Construction, design & finish

8. Landing Doors:

(a) Size

(b) Operation

(c) Construction, design & finish

E. Safety Devices:

1. Car safety-type

2. Counter weight safety-type

3. Door inter locks in car-type

4. Door locks in landing-type

F. Other Safeties including in the offer:

Page 99: Tender

98

AE (P) / EE (P)

Annexure-I

SCHEDULE OF DEPARTURE FROM SPECIFICATIONS

Selection No. Ref. of clause of the Description of Departure Reasons for Departure

specification

1.

2.

3.

4.

5.

6.

7.

8.

9.

Certified that except for the departure mentioned above the tender is in accordance with CPWD General

Specification for Electrical works (Part III Lifts & Escalators-2003) and in accordance with detailed

requirements specified in the tender specifications.

(SIGNATURE OF THE CONTRACTOR)

Page 100: Tender

99

AE (P) / EE (P)

ACCEPTABLE MAKE

CATEGORY “A”

1. M/S OTIS

2. M/S KONE

3. M/S MITSUBISHI

4. M/S SCHINDLER

5. M/S JOHNSON LIFT PVT. LTD. CHENNAI

Assistant Engineer (P) Executive Engineer (P) Superintending Engineer (P)

BCC,EZ-V,CPWD, BBSR BCC,EZ-V,CPWD,BBSR EZ-V,CPWD,BBSR

Page 101: Tender

100

AE (P) / EE (P)

SCHEDULE OF QUANTITIES (ELECTRICALS WORK )

SH-17: WIRING

17.1 Wiring for light point/ fan point/ exhaust

fan point/ call bell point with 1.5 sq.mm

FRLS PVC insulated copper conductor

single core cable in surface / recessed

steel conduit, with modular switch,

modular plate, suitable GI box and

earthing the point with 1.5 sq.mm. FR LS

PVC insulated copper conductor single

core cable etc as required.

a. Group -C 525 Pts.

17.2 Wiring for twin control light point with

1.5 sq.mm FRLS PVC insulated copper

conductor single core cable in surface /

recessed steel conduit, 2 way modular

switch, modular plate, suitable GI box and

earthing the point with 1.5 sq.mm. FR LS

PVC insulated copper conductor single

core cable etc as required.

9 Pts.

17.3 Wiring for light/ power plug with 2X4 sq.

mm FRLS PVC insulated copper

conductor single core cable in surface/

recessed steel conduit alongwith 1 No 4

sq. mm FRLS PVC insulated copper

conductor single core cable for loop

earthing as required.

950 Mtrs.

17.4 Wiring for light/ power plug with 4X4 sq.

mm FRLS PVC insulated copper

conductor single core cable in surface/

recessed steel conduit alongwith 2 Nos 4

sq. mm FRLS PVC insulated copper

conductor single core cable for loop

earthing as required.

200 Mtrs.

17.5 Wiring for circuit/ submain wiring

alongwith earth wire with the following

sizes of FRLS PVC insulated copper

conductor, single core cable in surface/

recessed steel conduit as required

a) 2 x 1.5 sq.mm + 1 x 1.5 sq.mm earth

wire

850 Mtrs.

b) 2 x 6 sq.mm + 1 x 6 sq.mm earth wire 360 Mtrs.

c) 4 x 6 sq.mm +2 x 6 sq.mm earth wire 240 Mtrs.

Page 102: Tender

101

AE (P) / EE (P)

d) 4 x 10 sq.mm + 2 x 10 sq.mm. earth

wire

145 Mtrs.

e) 4 x 16 sq.mm + 2 x 16 sq.mm. earth

wire

15 Mtrs.

17.6 Supplying and fixing of following sizes of

steel conduit along with accessories in

surface/recess including painting in case

of surface conduit, or cutting the wall and

making good the same in case of recessed

conduit as required.

a) 20 mm 400 Mtrs.

b) 25 mm 50 Mtrs.

c) 32 mm 50 Mtrs.

17.7 Supplying and drawing of UTP 4 Pair Cat

6 LAN cable in the existing surface/

recessed steel/ PVC conduit etc as

required.

1800 Mtrs.

SH-18 :FITTING AND

ACCESSORIES

18.1 Supplying and fixing stepped type

electronic fan regulator on the existing

modular plate switch box including

connections but excluding modular plate

etc. as required.

105 Each

18.2 Supplying and fixing suitable size GI box

with modular plate and cover in front on

surface or in recess, including providing

and fixing 3 pin 5/6 amps modular socket

outlet and 5/6 amps modular switch,

connection etc. as required.

28 Each

18.3 Supplying and fixing suitable size GI box

with modular plate and cover in front on

surface or in recess, including providing

and fixing 6 pin 5/6 & 15/16 amps

modular socket outlet and 15/16 amps

modular switch, connection etc. as

required.

107 Each

18.4 Supplying and fixing following size/

modules, GI box alongwith modular base

& cover plate for modular switches in

recess etc as required.

a) 1 or 2 Module (75mmX75mm) 259 Each

b) 12 Module (200mmX150mm) 99 Each

Page 103: Tender

102

AE (P) / EE (P)

18.5 Supplying and fixing following modular

switch/ socket on the existing modular

plate & switch box including connections

but excluding modular plate etc. as

required.

a) 5/6 amps switch 297 Each

b) 3 pin 5/6 amp socket outlet 297 Each

c) 15/16 amp socket outlet 70 Each

d) 15/16 amps switch 28 Each

e) RJ-45 Connector 99 Each

f) 25 amp modular starter 70 Each

g) Modular blanking Plate 297 Each

18.6 Supplying and fixing 3 pin, 5 amp ceiling

rose on the existing junction box/ wooden

block including connection etc as

required.

28 Each

18.7 Supplying and fixing Call bell buzzer

suitable for Single Phase 230 Volts

Complete as required.

42 Each

18.8 Supplying, Installation, testing and

commissioning of following light fitting

complete with all accessories and lamp as

applicable directly on ceiling / wall

including connection with 1.5 sq.mm FR

LS PVC insulated copper conductor single

core cable and earthing etc as reqd.

a) 1x28 Watt T-5 box type. (Make: Philips

/ Wipro / CG)

164 Each

b) 2x28 Watt T-5 surface mounted mirror

optic fitting (Make: Philips Sereno TPS

814 or equivalent in Wipro / CG)

5 Each

c) 2'x2' Grid 40 Watt recess mounted

mirror optic fitting (Make: Philips Full

Glow RC 380B LED-25-6500 PSE OD

WH or equivalent in Wipro / CG)

30 Each

d) 15 Watt surface mounted LED Ceiling

circular fitting ( Make: Philips cat no

30807 or similar in Wipro / CG)

100 Each

e) 1x12 Watt Chrome Wall Bracket fitting

(Make: Philips 34095 or equivalent in

Wipro / CG)

40 Each

f) 1x 9/11 Watt Bulk head fitting of clear

acrylic diffuser. (Make: Philips FXC101

or equivalent in Wipro / CG)

10 Each

Page 104: Tender

103

AE (P) / EE (P)

18.9 Supplying and Fixing brass batten / angle

holder including connection etc as

required.

44 Each

18.10 Supplying of 11 watt CFL suitable for

angle holder as required. ( Make: Philips/

Wipro/OSRAM)

44 Nos.

18.11 SITC of 1200mm sweep ceiling fan(BEE

rating 5 Star), including wiring the down

rods of standard length (upto 30 cm) with

1.5 sq. mm FR LS PVC insulated, copper

conductor, single core cable etc. as

required.(Make: CG/Usha/ Orient)

26 Nos.

18.12 Supplying, installation of 300 mm sweep

1350 RPM heavy duty exhaust fan with

safe guard / louver shutter in the existing

opening, including making the hole to suit

the size of the above fan, making good the

damages, connection, testing,

commissioning etc as reqd. (Make:Usha

/Bajaj/ Khaitan / Crompton)

2 Each

18.13 Supplying, installation of 250 mm sweep

fresh air fan in the existing opening,

including making the hole to suit the size

of the above fan, making good the

damages, connection, testing,

commissioning etc as reqd. (Make:Usha

/Bajaj/ Khaitan / Crompton)

20 Each

SH-19 : MAIN EDB & SDB

19.1 Supplying and fixing following ways

surface/ recess mounting, vertical type,

415 volts, TPN MCB distribution board of

sheet steel, dust protected, duly powder

painted, inclusive of 200 amps tinned

copper bus bar, common neutral link,

earth bar, din bar for mounting MCB's,

with provision of 100 amps TP 16 KA

MCCB as incomer, interconnection

between incomer MCCB and bus bars

(but without MCB's/ MCCB) as required.

(Note: Vertical type MCB TPDB is

normally used where 3 phase outlets are

required)

a) 4 Way (4+12) double door 5 Each

Page 105: Tender

104

AE (P) / EE (P)

19.2 Supplying and fixing following ways

surface/ recess mounting, vertical type,

415 volts, TPN MCB distribution board of

sheet steel, dust protected, duly powder

painted, inclusive of 250 amps tinned

copper bus bar, common neutral link,

earth bar, din bar for mounting MCB's,

with provision of 16 KA FP MCCB as

incomer, interconnection between

incomer MCCB and bus bars (but without

MCB's/ MCCB) as required. (Note:

Vertical type MCB TPDB is normally

used where 3 phase outlets are required)

a) 4 Way (4+12) double door 5 Each

19.3 Supplying and fixing following way,

three pole and neutral, sheet steel MCB

distribution board 415 volts on surface/

recess complete with tinned copper bus

bar ,neutral bus bar, earth bar ,din bar,

detachable gland plate, interconnection,

phosphatized and powder painted

including earthing etc as required. (But

without MCB/RCCB/ Isolator)

a) 4 Way (4+12) Double door 17 Each

a) 6 way (4 + 18), Double door 5 Each

19.4 Supplying and fixing 5 amps to 32 amps

ratting 240/415 volt ‘C’ series, miniature

circuit breaker of suitable for lighting and

other load of following poles in the

existing MCB DB complete with

connections, testing and commissioning

etc. as required.

a) Single pole 294 Each

19.5 Supplying and fixing following rating 415

volt ‘C’ series, miniature circuit breaker

of suitable for lighting and other load of

following poles in the existing MCB DB

complete with connections, testing and

commissioning etc. as required.

a) 40 Amps TP 20 Each

b) 40 Amps TP & N 11 Each

c) 63 Amps TP 20 Each

d) 63 Amps TP & N 11 Each

Page 106: Tender

105

AE (P) / EE (P)

19.6 Supplying and fixing following rating FP

16 kA 415 volt MCCB in the existing

MCB DB / panel board complete with

connections, testing and commissioning

etc. as required.

a) 100 Amps 10 Each

b) 160 Amps 10 Each

SH-20 :RISING MAIN

20.1 Supplying, installing on wall, testing and

commissioning of following capacity Air

Insulated Compact Type Rising Mains for

use on 3 phase 4 wire 415 volts, 50Hz

A.C. supply with enclosure made of

1.6mm thick steel sheet duly powder

coated in convenient sections complete

with 4 Nos aluminium bus bars, necessary

joints & expansion joints, fire barrier at

each floor, provision of tapping at every

metre, continuous earthing with 2 Nos

aluminium strip of suitable size (one on

each side) including, G.I. clamping

brackets, angle iron bracket, steel

fasteners, connecting to earthing system

etc. as required

a) 200 amps (S.C. rating for 1 sec - 15

KA)

14 Metre

b) 630 amps (S.C. rating for 1 sec -35

KA)

14 Metre

20.2 Supplying, installing, testing and

commissioning of following capacity End

Feed Unit made of 1.6mm thick sheet

steel enclosure duly painted with powder

coating to existing rising mains complete

with MCCB, mounting stands, cable end

box, brass compression gland,

connections, earthing etc. as required.

a) 200 amps 1 Each

b)600amps 1 Each

Page 107: Tender

106

AE (P) / EE (P)

20.3 Supplying, installing, connecting to

existing Air Insulated Compact Type bus

trunking/ rising mains, testing and

commissioning of following capacity Plug

In/ Tap Off Box for use on 3 phase 4 wire

415 volts, 50Hz A.C. supply with 1.6mm

thick steel sheet enclosure duly powder

coated with provision of MCCB (but

without MCCB) complete etc. as required

a) 125amps 15 kA SC for 1 sec 5 Each

b) 200 amps 25 kA SC for 1 sec 5 Each

SH-21: G.I. PIPE FOR SERVICE

ONNECTION

21.1 Providing, laying / fixing 100 mm dia

medium class G.I. pipe in ground

complete with G.I. fittings including

trenching etc as required.

18 Mtrs.

SH-22: EARTHING

22.1 Earthing with G.I. earth plate 600 mm X

600 mm X 6 mm thick including

accessories, and providing masonry

enclosure with cover plate having locking

arrangement and watering pipe of 2.7

metre long etc. with charcoal/ coke and

salt as required.

8 Each

22.2 Providing and fixing 25 mm x5 mm G.I

strip in 40 mm dia GI pipe from earth

electrode, as required.

8 Mtrs.

22.3 Providing and fixing 25mm x 5 mm G.I

strip on surface or in recess for

connections etc. as reqd.

4 Mtrs.

SH-23 : LIGHTING CONDUCTOR

23.1 Providing and fixing of lightning

conductor finial, made of 25 mm dia 300

mm long, G.I. tube, having single prong at

top, with 85 mm dia 6 mm thick G.I. base

plate including holes etc. complete as

required.

6 Each

Page 108: Tender

107

AE (P) / EE (P)

23.2 Jointing copper / G.I. tape (with another

copper/ G I tape, base of the finial or any

other metallic object) by riveting / nut

bolting/ sweating and soldering etc as

required.

84 Each

23.3 Providing and fixing G.I. tape 20 mm X 3

mm thick on parapet or surface of wall for

lightning conductor complete as

required.(For horizontal run)

200 Mtrs.

23.4 Providing and fixing G.I. tape 20 mm X 3

mm thick on parapet or surface of wall for

lightning conductor complete as

required.(For vertical run)

105 Mtrs.

23.5 Providing and fixing testing joint, made of

20 mm X 3 mm thick G.I. strip, 125 mm

long, with 4 nos. of G.I. bolts, nuts, chuck

nuts and spring washers etc. complete as

required.

6 Each

23.6 Providing and laying G.I. tape 32 mm X 6

mm from earth electrode directly in

ground as required.

24 Mtrs.

SH-24 AIR CONDITIONING

24.1 Supplying, installation, testing &

commissioning of 1.5 TR capacity split

type inverter AC units suitable for R

410A, having rotary compressor suitable

for indoor unit to be fixed on the wall

having nominal capacity 4500 Kcal/ Hr.

suitable for single phase AC supply

complete with outdoor unit, suitable stand

for fixing outdoor unit, inter connection

with copper tubing etc. as reqd. (Make:

O'General/ Mitshubishi / Hitachi)

38 Each

Page 109: Tender

108

AE (P) / EE (P)

24.2 Supplying, Installation, Testing and

Commisioning of 2 TR capacity 4 star

rated Cassette type AC unit suitable for R

22, having rotary compressor suitable for

indoor unit to be fixed on the ceiling

having nominal capacity 6000 Kcal/Hr.

suitable for Single phase AC supply

complete with outdoor unit, etc. as

required. (Make:O'General / Mitshubishi /

Hitachi)

8 Each

24.3 Supplying and fixing following size

Copper tube (Pipe) for outdoor units to

indoor units complete with nitryle

insulation as required.

a) 1/4"+1/2" 100 Mtr.

b) 5/8" 30 Mtr.

24.4 Supplying and fixing 3/4" dia braided

PVC pipe from indoor unit to the outside

of the building for draining out discharged

water i/c making good the damages etc

complete as required

515 Mtr.

24.5 Supplying and Fixing PVC insulated 3 X

4 sq. mm. Copper conductor cable on

surface i/c connection, testing and

commissioning etc as required.

150 Mtr.

24.6 S.I.T.C. of following capacity wall

mounting automatic voltage stabilizer

dual step complete with TDR, high/ low

voltage cut off, voltmeter for output

voltage, power on indication, 15/16A 3

pin plug top, connection etc with input

voltage 130-280 volt complete as reqd. (

Make: V Guard/ Logistat/Shakti)

a) 4 kVA 38 Each

b) 5 kVA 8 Each

Page 110: Tender

109

AE (P) / EE (P)

SH-25: LIFT

25.1 Supplying, Installation, Testing and

Commissioning & putting into operation

& final testing of Automatic lift, complete

with all standard equipment as per

manufacturing's design & as per CPWD

Specification part-III lifts 2006 amended

up to date & as per additional

specification (Enclosed) & full fitting

following requirements.

1 Job

a) Type: Passanger Lift

b) Load: 8 passanger/544 Kg

c) Speed: 1.0 Mtrs./ Sec

d) Control: AC variable voltage &

variable frequency

e) Operation: Microprocessor based single

automatic push button/simplex collective

selective with or without attendant.

f) Total Rise: About 13 Mtrs Approximate

(G + 4 Floor)

g) Landing: On all floor

h) Floor served: G + 4

i) Signals: Digital car position

indicator,car travels direction indicator in

car & at all landing

j) ARD: Automatic rescue device

complete with dry maintenance free

batteries as required.

k) Car inside about 1300mm wide x

1100mm deep

l) Car Entrance:Clear Opening 800 mm x

2000 mm high protected with car door

m) Landing Entrance: Clear opening 800

mm x 2000 mm high protected with

landing door

n) Car Door: Automatic power operated

centre opening stainless scratch proof

surface. (Moon rock finish).

o) Landing Door: Stainless steel scratch

proof surface. (Moon rock finish).

Page 111: Tender

110

AE (P) / EE (P)

p) Door Opening: Automatic electric

power oprated door with infra red

protection

CAR INTERIOR

q) (i) Stainless steel scratch proof surface.

(Moon rock finish)

(ii) A hand rail & braille system for

handicap persons.

(iii) Micro levelling arrangement.

r) Car Ceiling & Lighting: LED lighting

concealed suspended false ceiling with

plain arcylic diffuser.The frame of

suspended false ceiling shall be powder

coated aluminium.

s) Car Ventilation: Pressure fan with

anodised aluminium grill.

t) Emergency lighting in car: Battery

operated emergency lighting in the lift car.

u) Intercom system: Battery operated

intercom system in Lift Car, Machine

Room & Control Room

v) Emergency Alarm: Battery operated

alarm bell system in lift car and control

room

w) Position of Machine Room: Directly

above the lift shaft

x) Electric power supply: AC 415 Volt

3phase, 50 Hz, terminated in machine

room.

y) Fireman switch: Fireman switch at

main landing terminal.

z) Voice Synthesizer: Voice

announcement system (Voice

Synthesizer) in the car to announce the

position of the elevator in the hoist way as

the car passes or stops at a floor served by

the elevator.

aa) Fully loaded with overload protection.

ab) Display system: Digital display of

direction, floor location both inside the car

and on landing floor.

Page 112: Tender

111

AE (P) / EE (P)

25.2 Supplying, Installation, Testing and

Commissioning & putting into operation

& final testing of Automatic lift, complete

with all standard equipment as per

manufacturing's design & as per CPWD

Specification part-III lifts 2006 amended

up to date & as per additional

specification (Enclosed) & full fitting

following requirements.

1 Job

a) Type: Passanger Lift

b) Load: 6 passanger/408 Kg

c) Speed: 1.0 Mtrs./ Sec

d) Control: AC variable voltage &

variable frequency

e) Operation: Microprocessor based single

automatic push button/simplex collective

selective with or without attendant.

f) Total Rise: About 13 Mtrs Approximate

(G + 4 Floor)

g) Landing: On all Floor,

h) Floor served: G + 4

i) Signals: Digital car position

indicator,car travels direction indicator in

car & at all landing

j) ARD: Automatic rescue device

complete with dry maintenance free

batteries as required.

k) Car inside about 1100mm wide x

1000mm deep

l) Car Entrance:Clear Opening 700 mm x

2000 mm high protected with car door

m) Landing Entrance: Clear opening 700

mm x 2000 mm high protected with

landing door

n) Car Door: Automatic power operated

side opening stainless scratch proof

surface. (Moon rock finish).

o) Landing Door:Automatic power

operated side opening stainless scratch

proof surface. (Moon rock finish).

p) Door Opening: Automatic electric

power oprated door with infra red

protection

Page 113: Tender

112

AE (P) / EE (P)

CAR INTERIOR

q) (i) Stainless steel scratch proof surface.

(Moon rock finish)

(ii) A hand rail & braille system for

handicap persons.

(iii) Micro levelling arrangement.

r) Car Ceiling & Lighting: LED lighting

concealed suspended false ceiling with

plain arcylic diffuser.The frame of

suspended false ceiling shall be powder

coated aluminium.

s) Car Ventilation: Pressure fan with

anodised aluminium grill.

t) Emergency lighting in car: Battery

operated emergency lighting in the lift car.

u) Intercom system: Battery operated

intercom system in Lift Car, Machine

Room & Control Room

v) Emergency Alarm: Battery operated

alarm bell system in lift car and control

room

w) Position of Machine Room: Directly

above the lift shaft

x) Electric power supply: AC 415 Volt

3phase, 50 Hz, terminated in machine

room.

y) Fireman switch: Fireman switch at

main landing terminal.

z) Voice Synthesizer: Voice

announcement system (Voice

Synthesizer) in the car to announce the

position of the elevator in the hoist way as

the car passes or stops at a floor served by

the elevator.

aa) Fully loaded with overload protection.

ab) Display system: Digital display of

direction, floor location both inside the car

and on landing floor.

Assistant Engineer (P) Executive Engineer (P) Superintending Engineer (P)

BCC,EZ-V,CPWD, BBSR BCC,EZ-V,CPWD,BBSR EZ-V,CPWD,BBSR

Page 114: Tender

113

AE (P) / EE (P)

SPECIAL CONDITIONS FOR E&M

WORKS FOR COMPSITE TENDER

1. The successful bidder shall execute the work packages as a part of the complete contract. He shall

associate himself with an appropriate specialized agency after awarded of work.

2. The Main contractor should either himself meet the eligibility conditions for the respective E&M

packages or otherwise the main contractor will obtain written willingness from the associated agencies,

for tall the packages, he intends to associate for the specific job as per criteria given in condition No.1

above. The main contractor shall submit this Consent Letter duly completed and signed along with

following information (duly signed by him and the associated contractor) for the approval of

department.

2a. Name of firms & addresses.

2b. Enlistment Status of the agencies registered/Annually pre-qualifies with

CPWD with number (copy of enlistment order shall be enclosed)

2c. Valid up to (mention date):

2d. Monetary Limit to work:

2e. Whether debarred form tendering etc.

2f. Consent Letter along with attested documents.

3. The successful bidder / main contractor shall get their associate agency approved for each

package of E&M components as below before start of the work. a) The proposed associate agency shall be CPWD enlisted/ annually prequalified in CPWD for

the respective class and category of E&M component. The competent authority shall be the authority in

whose power the technical sanction of ECPT of the respective subhead falls.

b) The main contractor shall also enter in to a ‘memorandum of understanding’ with the

approved associate contract / agencies on Non-Judicial Stamp Paper as per the enclosed proforma and

submit this ‘MOU’ duly completed (duly signed by him and the associated Contractor) before

commencement of work.

4. If for specific reasons the main contractor wants to change the associate contractor during the

currency of the contract he can be permitted to do so by the Engineer-in Charge, after the approval of the

competent authority as (3) above. The substitute should fulfill the requisite qualification as given in

Para-(1) above.

5. In the event of the concerned associate not performing satisfactory or not completing the work, the

department can also direct the main contractor to remove the associate agency deployed on the work and

ask him to deploy another associate contractor who fulfills the eligibility conditions. The new associate

contractor will be bound the execute the left over work without any loss of time or variation in cost to

the department. Such associate agency shall be permitted after the approval of the competent authority

as per 3)a & b above, shall enter into a memorandum of understanding as per the enclosed proforma

along with the main contractor.

6. Executive Engineer, of ‘Part A’ shall be the Engineer- in-charge so far as the civil works are

concerned. Separate schedule of quantities for civil component is a part of this tender. It will be

Page 115: Tender

114

AE (P) / EE (P)

obligatory on the part of main contractor to sign the tender documents for all the component part

including the civil portion. This agreement shall be drawn between the main contractor and the

Executive Engineer of the major component.

7. The main agency will be responsible for all acts of omission and commission of the associate

contractors including the changed one (s) as referred in para (3) & (4) above.

8. Bills for the works shall be presented to the Executive Engineer (Electrical) for packages of electrical

work. The Executive Engineer (Electrical) shall examine them for pass and payment of Running Bills.

9. The main contractor shall be responsible of co-coordinating the activities of all the works and will

ensure progress of tall works as per the laid down programmer. The main contractor shall also arrange

for proper storage of the accessories at site and will be responsible for their watch ward.

10. The Associated Electrical Contractor or his representative is bond to sign the site order book as and

when required by the Engineer-in-charge and will comply with the remarks therein.

11. The work completion certificate for E&M works shall be issued in favour of the associated E&M

contractor

For components of E&M works, the eligibility criteria will be as detailed below:

ELIGIBILITY CRITERIA

Sl.

No.

Component of

E&M works

Estimated

cost Rs. (in

lakhs)

Eligibility

1. Internal El

37,73,978

The main contractor has to associate electrical contractor

registered/enlisted for internal & external, electrical installation

category of Class II/ Class IV composite, CPWD for execution

of this subhead of work.

A. The applicant should either himself meet the eligibility conditions for respective E&M

packages or otherwise, he will have to associate an agency meeting the eligibility requirements

as given in this tender document and submit the details within 15 days of award of work OR

before start of minor component of work whichever is earlier.

If the main contractor fails to associate agency for execution of minor components of work

within 15 days of award of work OR before start of minor component of work whichever is

earlier of furnishes incomplete details or furnishes details of ineligible agencies even after the

tendered is given due opportunity, the entire scope of such component of work shall be

withdrawn from the tender and the same shall be got executed by the Engineer-in-Charge at

the risk and cost of the main contractor.

Page 116: Tender

115

AE (P) / EE (P)

B. Verifiable completion certificates of the work, registration/approval documents as the case

may be, duly attested by the applicant shall be submitted within 15 days of award of work OR

before start of minor component of work whichever is earlier. Valid Electrical Contractor’s

license, as the case may be, duly attested by the applicant shall also be submitted within 15

days of award of work OR before start of minor component of work whichever is earlier.

C. Self attested Sales tax/Vat registration documents in respect of the associated agencies shall be

submitted within 15 days of award of work OR before start of minor component of work

whichever is earlier.

D. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should

only submit his bid if he considers himself eligible and he is in possession of all the documents

required.

Page 117: Tender

116

AE (P) / EE (P)

CONSENT LETTER FORM

ASSOSIATED DLECTRICAL CONTRACTORS

(FOR B1 to B6)

(SEPRATE CONSENT LETTER TO BE FURNISHD FOR EACH COPONENT)

(Photocopies for the format may be used)

I, hereby give my/our consent to work as associated electrical contractor for the composite

work of Construction of Hostel for Pool Scientist Research Fellow and Research Scholars at CIPET, HLC,

Bhubaneswar, Odisha i/c internal water supply, sanitary installation and drainage,IEI and fans, Rising

main, LAN, Lightning conductor , GI pipe for service connection, Split & Cassette type AC Units and 02

nos. 8 and 6 Passenger Lifts till the completion of work. I/We will be responsible for necessary action to

hand over the installation and for rectification of defects and repair during the maintenance period. I/We

will execute the work as per CPWD specification and additional conditions of the contract.

I/We will also engage suitable Engineer and qualified staff for the work as per condition of the contract.

I/We further certify that the particulars shown in certificate for associated electrical agency and

pertaining to me/us are correct.

Date:

Signature of Associated Electrical contractor with seal.

[NOTE: Duly attested copy of Eligibility Documents of special conditions shall be submitted, along

with the consent letter.]

Signature of the Main contractor with date and seal.

Assistant Engineer (P) Executive Engineer (P) Superintending Engineer (P)

BCC,EZ-V,CPWD, BBSR BCC,EZ-V,CPWD,BBSR EZ-V,CPWD,BBSR

Page 118: Tender

117

AE (P) / EE (P)