Вы находитесь на странице: 1из 118

N. I. T.

/TENDER PAPER

NIT No.

Name of work

: 2222/NIT/CE(EZ-V)/CPWD/2015-2016

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.

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)

Approved

CE,EZ-V

SE

1
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.

INDEX
Sl. No.

Description

Page No.

Index
Information & Instruction for Bidders for e-tendering
NIT (Form CPWD-6)
Form of Earnest Money (Bank Guarantee)
Item rate tender & contract for works (Form CPWD-8)
Brief Scope of Work
Particular Specifications & Special Conditions
Integrity Agreement
List of approved make of Materials
Schedule of Quantities ( Civil)

1
2-3
4-9
10
11-20
21-22
23-33
34-37
38-41
42-78

--do--

Additional Conditions for Internal Electrical Installations

79-86

--do---do---do--

Additional Conditions for Passanger Lift


Schedule of Quantity(Electrical)
Special condition for E & M

87-99
100-112
113-116

Part-A (Composite work)


--do---do---do-Part-B (Civil Works)
--do---do---do---do-Part-C (Electrical Work)

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)

Chief Engineer

SE

2
PART-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR


e-TENDERING

2.
3.

4.

5.
6.
7.
8.
9.

Period of
Completion

Last date &


time of
submission of
bid, EMD,
etender
processing
fees and other
documents

Time &
date of
opening of
bid

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.11,66,814/-

Rs. 5,83,40,700/-

(Rupees Eleven
lac Sixty six
thousand Eight
Hundred
Fourteen) only

8 (Eight) Months

22/NIT/CE(EZ-V)/ 2015-16

1.

1.

Estimated cost put to


bid

NIT No.

Sl. No.

Name of Work & location

Earnest Money

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):

At 3.00 PM
on
20.06.2015

Upto 3.30
PM on
20.06.2015

The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.
Information and Instructions for bidders posted on website shall form part of bid document.
The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
But the bid can only be submitted after depositing processing fee in favour of ITI Limited and uploading the
mandatory scanned documents such as Demand Draft or Pay order or Bankers Cheque or Deposit at call Receipt
or Fixed Deposit Receipts and Bank Guarantee of any Schedule Bank towards EMD in favour of Executive
Engineer, BCD-I, CPWD, Bhubaneswar and other documents as specified.
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.
The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.
Contractor can upload documents in the form of JPG format and PDF format.
Contractor must ensure to quote 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.

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.
2.

Treasury Challan/ Demand Draft /Pay order or Bankers Cheque/Deposit at call


Receipt /FDR/Bank Guarantee of any Schedule Bank against EMD.
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

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

1.2

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.

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

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

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 eTender 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

CPWD-6

CPWD
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/Bankers
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

8
CPWD-6

17.

18.

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 contractors service.
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 SEupto 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.

20.

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.

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

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
EEs/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 Engineerin-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.

The composite work shall be treated as complete when all the


20.1.12.A.
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.

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.

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.

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:

*..

* Blanks to be filled by EE/BCD-I


** To be filled by Contractor

Designation *.

13

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
Page No. 42 to 78 (Civil)
Page No. 100 to 112 (Elect.)

Schedule of quantities (as per PWD-3)


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
4

Place of issue

NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S. No.
1

Description
2

Hire charges per day


3

NIL

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any.

AE (P)

EE (P)

NIL

Place of Issue
4

14

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

Estimated cost 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.
Rs. 5,83,40,700/-

(i)

Earnest Money

Rs.

(ii)

Performance Guarantee

5 % of tendered value

(iii)

Security Deposit

2.50 % of tendered value

11,66,814/-

(To be returned after


performance guarantee)

receiving

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)
2(xi)

Percentage on cost of materials and


Labour to cover all overheads and profits:
Standard Schedule of Rates

15%
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)

(ii)

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
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

AE (P)

EE (P)

10 (Ten) days

10 (Ten) days

15

PROFORMA OF SCHEDULES

CPWD

Clause 2
Authority for fixing compensation under clause 2

SE/BCC/CPWD/ Bhubaneswar

Whether Clause 2A shall be applicable

Yes / No

Number of days from the date of issue of letter


of acceptance for reckoning date of start

*...... days

Clause 2A

Clause 5

Mile stone(s) as per table given below:Sl.


No.

Description of Milestone (Physical)

Time allowed
in
days (from
date of start)

Block A:- Existing Building


Block B:- New Building
1.

Block A:- RCC work upto 3rd Floor slab i/c slab casting

2.00
Months

Block B:- RCC work upto GF slab i/c slab casting

Block A:- RCC work upto 4th Floor slab i/c slab casting
Block B:- RCC work upto FF slab, brick work in GF i/c slab
casting
Block A:- Brick work in 3rd Floor i/c conduit work and completion
of M/C room and lift well
Block B:- RCC work upto 2nd F slab,brick work in FF i/c conduit
work
Electrical : Placement of order for lift
Block A:- Brick work in 4th Floor i/c conduit work i/c Supply of
lift at site
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
Block A:- Internal and external plastering work , : Balance
electrical conduit work , Installation lift
Block B:- All brick work, Plastering upto 3rd floor slab
Block A:- Aluminium work, door and windows, flooring,
Electrical wiring.
Block B:- Balance plastering Aluminium work, door and
windows, flooring, Electrical wiring and Installation of lift
Block :- Painting and balance work, testing and commissioning,
clearing of site and handing over inventory
Block B:- Painting and balance work, testing and commissioning,
clearing of site and handing over inventory

* Blanks to be filled by EE/BCD-I

AE (P)

EE (P)

Amount to be with-held
in case of non
achievement of mile
stone( % of Tendered
amount )
1.25 % of tender amount

3.00
Months

0.625 % of tender amount

4.00
Months

0.625 % of tender amount

5.00
Months

0.625 % of tender amount

6.00
Months

0.625 % of tender amount

7.00
Months

0.625 % of tender amount

8.00
Months

0.625 % of tender amount

16

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
Clause 7A

Rs. 50 lacs

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

AE (P)

Yes

EE (P)

17

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

Cement

Nearest Materials (other


than cement,
reinforcement bars and
the structural steel) for
which All India
Wholesale Price Index
to be followed
1.

Reinforcement bars

2.

Structural steel

3.

Base Price of
clause 10 CA*

all Materials covered under

1.

PPC Rs.6400/- Per MT

...

2.

Primary Producer Rs.49000/- Per MT

...

3.

Rs. 47000 /- Per MT

In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary producers then:
The base price of TMT reinforcement bars as stipulated under schedule F shall be reduced by Rs.5,000/a)
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
Contractors 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.

AE (P)

EE (P)

18

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

18 (Eighteen) months
Nil

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


construction Materials expressed as percent of total
value of work
Deleted
Component of Labour
expressed as percent of total value of work.

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

Component of P.O.L.
expressed as percent of total value of work.

..........%

..........%

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

12.5

Deviation limit beyond which clauses 12.2 &


12.3 shall apply for building work

30% (Thirty percent)

1. Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation work
(except earth work)
2. Deviation Limit for items in earth work
Subhead of DSR or related items

30% (Thirty percent)


100%(One Hundred percent)
Original Work

Type of 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

4.

Needle Vibrator

5.

Drilling Machine

6.

Compression Testing Machine

3.

Bar Cutting Machine

Clause 25
Constitution of Dispute Redressal Committee:A] For total Claims more than Rs. 25 lacs
Chairman
Member

Member
Member

CE (EZ-I), CPWD, Kolkata


SE (TLCQA), CPWD, Kolkata
DW(ER) will act as member in absence of SE
(TLCQA)
SE (P), EZ-I, CPWD, Kolkata
SE in charge of the work shall present case before DRC but shall not have any part in
decision making.

AE (P)

EE (P)

19

PROFORMA OF SCHEDULES

CPWD

B] For total Claims upto Rs. 25 lacs


-

Chairman
Member
Member
Member

SE (TLCQA),CPWD, Kolkata
EE (P), EZ-I, CPWD, Kolkata
EE, EZ-I, CPWD, Kolkata (Other than EE under whose jurisdiction the work falls)
EE in charge of the work shall present case before DRC but shall not have any part in
decision making.

Graduate

1.

2.

Engineer

Graduate Engineer
Or
Diploma Engineer

3.

Civil

Civil
Civil

Graduate Engineer
or
Diploma Engineer

Designation (Principal
Technical/ Technical
Representative)

Minimum
Experience

Principal Technical
Representative.

Five

1
(One)

Rs.25,000/- p.m.

Project/Site Engineer

Two

Rs.15000/- p.m.

Planning/Site/billing
Engineer)

Five Years

1
(One)
1
(One)

Principal Technical
Representative Project

Two

1
(One)

Rs. 15,000/- P.M.

Planning / Site / Billing


Engineer)

Five Years

1
(One)

Rs. 15,000/- P.M.

Number

Minimum Qualification
of Technical
Representative

Electrica1/
Mechanical

S.
No.

Discipline

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


Rate at which recovery shall
be made from the contractor
in the event of not fulfilling
provision of clause 36(i)
Figures

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)

(ii)
(a)

(b)
(c)
(d)
(e)

Schedule/statement for determining


theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates 2013 printed by C.P.W.D.
Variations permissible on theoretical quantities:
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.
Bitumen All Works
2.5% plus & only &
nil on minus side
Steel Reinforcement and structural steel
sections for each diameter, section and category
2%(Two percent) plus/minus
All other materials
Nil
Schedule/statement for determining theoretical consumption of Brick work on the basis of CSR
1994.
AE (P)

EE (P)

PROFORMA OF SCHEDULES

CPWD

20

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S. No.

Description of Item

Rates in figures and words at which recovery


shall be made from the Contractor
Excess beyond
Less use beyond
permissible
permissible variation
variation
Nil
Rs. 7,040 /- Per MT
( seven thousand forty
per MT)

1.

Cement PPC Conforming to IS 1489 (Part I)

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)

AE (P)

EE (P)

21
PART-B
BRIEF SCOPE OF WORK
Name of Work

1.

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.

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)

2.

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.
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)

3.

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.

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.
AE (P)

EE (P)

22

ii)

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.

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

7.

9.

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

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.

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.

AE (P)

EE (P)

23

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS


[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).
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. *.

1.2

2.0

3.0

4.0

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
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.

R.C.C. Work (Mix Design)


4.1

5.0

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.

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-inCharge 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
AE (P)

EE (P)

24
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.
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.

8.2

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-inCharge 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
6
8
10
12
16
20

Weight KG/M
0.222
0.395
0.617
0.888
1.58
2.47

AE (P)

Size (Diameter MM)


25
28
32
36
40

EE (P)

Weight KG/M
3.85
4.83
6.31
7.99
9.86

25
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 its 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.
AE (P)

EE (P)

26

[B] SPECIAL CONDITIONS


01.

02.
03.

07.
08.

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.
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.
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.
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.
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
i)

Conditions for Cement (Grey Cement).


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.

AE (P)

EE (P)

27
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 manufacturers name and ISI marking. Samples of cement arranged by the contractor
shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor does not conform to the
relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his
own cost within a weeks time of written order from the Engineer-in-charge to do so.
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)

b)
c)

d)

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.
Minimum M25 grade of concrete shall be used in all structural elements made with RCC both in load
bearing and framed structure.
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.
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)

iii)

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 (PartI) 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.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineerin-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.
The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as

vi)

AE (P)

EE (P)

28

vii)

viii)

11.2
1)

2)
3)

4)
5)

6)

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.
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.
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-incharge shall get it removed at the cost of the contractor.
Conditions for Steel.
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 17862008.
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 manufactures
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.
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.
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.
The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the
Engineer-in-charge.
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.
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

Under 10mm dia. bars

One sample for each 25 tonnes or


part thereof
One sample for each 35 tonnes or
part thereof
One sample for each 45 tonnes or
part thereof

10mm to16mm dia bars


Over 16mm dia bars

AE (P)

EE (P)

For consignment above 100


tonnes
One sample for each 40
tonnes or part thereof
One sample for each 45
tonnes or part thereof
One sample for each 50
tonnes or part thereof

29
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.
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.

8)

9)
10)

11.3
i)

ii)

iii)

11.4

i)
ii)
iii)

Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.
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 Contractors Profit and Over Heads as applicable) (currently
15%)
The following procedure should be followed in case of removal of rejected/sub-standard materials from the site
of work.
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.
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.
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.
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.
At least weekly or fortnightly, respectively in case of works at the Headquarters of SDO/EE and.
Whenever they visit the site of work in case of works located outside the Sub-Divisional/Divisional Head
Quarters.
In the case of large concentrated projects like major bridges etc., the EE should check the cement register at
least fortnightly.

AE (P)

EE (P)

30

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 Guarantors 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 of1.


2.

SIGNED for and on behalf of THE PRESIDENT OF INDIA by..in the presence of1.
2.

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

AE (P)

EE (P)

31

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.

AE (P)

EE (P)

32
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

AE (P)

EE (P)

33

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.

AE (P)

EE (P)

34

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
(b)

(c)

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.
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
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.
AE (P)

EE (P)

35
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/Owners employees involved in the Tender process or execution of the Contract or to
any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the Tender process or during the execution of the
Contract.

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

c) The Bidder(s)/Contractor(s) will not commit any offence under 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/Owners
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.

AE (P)

EE (P)

36
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the

3)

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.
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
2)
3)

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.
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.
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.

AE (P)

EE (P)

37

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 :

AE (P)

EE (P)

38
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.
1

Materials
CEMENT

2
3
4
5
6
7
8
9
10

WHITE CEMENT
REINFORCEMENT STEEL
STRUCTURAL STEEL SECTIONS
POLY-SULPHIDE SEALENT,
DAMP PROOF MATERIAL
ADMIXTURE
WATER PROOFING COMPOUND
BITUMEN
LOCKS/LATCH

11
12

LAMINATES
WIRE MESH (MS/SS)

13
14
15
16
17
18

PRELAMINATED PARTICLE BOARD


ADHESIVE
EPOXY MORTAR
DASH FASTNERS
FLUSH DOOR SHUTTERS (DECORATIVE/
NON DECORATIVE).
PVC DOOR FRAME

19

FRP DOOR SHUTTERS & FRAME

20

BOARD & PLYWOOD

21

HYDRAULIC DOOR CLOSER/


FLOOR SPRING
S.S.STAIRCASE RAILING

22

23
24
25
26
27
28
29
30

Approved make
ACC, ULTRATECH, VIKRAM, LAFARGE,
AMBUJA, JAYPEE CEMENT, J.K.CEMENT,
KONARK.
J.K. WHITE, BIRLA WHITE
SAIL, TATA STEEL LTD. RINL.
TATA, SAIL, RINL
PIDILITE, FOSROC, SIKA.
IMPERMO, DURASEAL, ACCO-PROOF.
FOSROC, SIKA, BASF.
TAPECRETE, CICO, FOSROC, PIDILITE
INDIAN OIL, HINDUSTAN PETROLEUM.
GODREJ, HARRISON, PLAZA, GOLDEN,
YALE.
FORMICA, DECOLAM, MERINO.
STERLING
ENTERPRISES,
TRIMURTY
WELDED MESH, GKD, WMW.
NOVOPAN, KITLAM, ARCHID PLY
PIDILITE, DUNLOP, CICO.
FOSROC, SIKA. CICO.
HILTI, FISCHER, BOSCH.
KITCAM, NATIONAL, SWASTIC, CORBETT,
MARINO.
POLYLINE, DUROPLAST, POLLYWOOD,
RAJSHRI.
POLYLINE, DUROPLAST, CACTUS, SHIV
SHAKTI FIBER UDHYOG.
DURO, KITPLY, CENTURY, GREEN PLY,
ARCHID.
HARDWYN, GODREJ.

CONNECT ARCHITECTURAL PRODUCTS


PVT.LTD, JINDAL STAINLESS STEEL LTD.,
ICICH INDUSTRIES, ESSAL.
ROMAT, KUTTY DOOR.
IMPORTED PROMAT/ASTRO FLAME.
INGERSOLL RAND/DORMA.
INGERSOLL RAND/MONARCH.
UL LISTED /MONARCH.
HARDWARE HARDIMA, EVERITE, SIGMA (ISI MARKED).

FIRE CHECK DOOR


SMOKE SEAL STRIP
DOOR CLOSER LOCK
PANIC EXIT DEVICE
DOOR COORDINATOR
ANODISED ALUMINIUM
(HEAVY DUTY)
CLEAR/ FLOAT/ TOUGHENED GLASS
FIRE RATED GLASS

AE (P)

MODI FLOAT & SAINT GOBAIN, ASAHI.


ST.GOBIAN,
PILKINGTON,
SCHOTT,
/

EE (P)

39

31
32
33
34
35
36

ALUMINIUM SECTIONS
FRICTION STAY HINGES
NUTS, BOLTS AND SCREWS, STEEL
EPDM GASKET
STRUCTURAL SILICON
WEATHER SILICON

37

GLAZED CERAMIC TILES

38

CEMENT CONCRETE TILES/


HARDONITE TILES
VITRIFIED TILES/DIGITAL TILES

39

40
41
42
43
44
45
46
47
48

49

50
51
52
53
54
55
56
57
58
59
60
61
62
63

FIRELITE.
JINDAL, HINDALCO, INDALCO, SWAIN
EARL-BIHARI, ETTA, PUJA
KUNDAN, PRIYA, ATUL,PUJA
HANU/ANAND.
DOW CORNING/WACKER, GE
DOW
CORNING/WACKER,
MCCOY,
SOUDAL
JOHNSON, SOMANY, KAJARIA, NITCO,
ORIENT, RAK.
NITCO, NTC, HINDUSTAN, PODDAR.

RAK,
NAVIN
DIAMOND,
KAJARIA,
JOHNSON (MARBONITE) NITCO, RAK
CERAMICS, SOMANY.
UNGLAZED VITRIFIED TILES
JOHNSON- (ENDURA), SOMANY (DURA
STONE), REGENCY- (TILES)
TACTILE TILE
JOHNSON, ENVISON, SUNHEART
CLAY TILES ON ROOF
KENJAI , JOHNSON .
TILE ADHESIVE
CICO, PIDILITE, FERROUS, ARDEXENDURE
(GOLDSTAR)
CC PAVERS
NITCO-(ROCKARD),
BHARAT-(NILSAN)
REGENCY, ULTRA, EURCON.
GRASS PAVER
UNISTONE, ULTRA, OVILITE, VICTORIA.
WATER-PROOF CEMENT PAINT
SNOWCEM, ASIAN, ICI DULUX.
ACRYLIC EMULSION PAINT
ASIAN, NEROLAC, ICI DULUX.
TEXTURED PAINT
WEATHER COAT TEXTURED (BERGER),
APEX TEX (ASIAN), SANDTEX MAT
(SNOWCEM)
SILICON BASED WATER REPELLENT FERROUS CRETE (FERRO 201), ARDEX
COAT
ENDURA (HEAVY DUTY IM [REGNALING &
STONE SEALER], PIDILITE (ROOF STONE
GUARD WD)
ACRYLIC EMULSION
ROYAL (ASIAN), VELVET TOUCH (ICI
DULUX)
CEMENT PRIMER
DECOPRIME (ASIAN), WHITE PRIMER (ICI
DULUX)
FIRE RETARDENT PAINT/ PRIMER
VIPERFRS 880, FRS88, NULLIFIRE.
VITREOUS CHINA SANITARYWARE
PARRYWARE, HINDWARE, JAQUAR, CERA
FIRECLAY SINK & DRAIN BOARDS
PARRY, SUNFIRE, HINDWARE
STAINLESS STEEL SINKS
NILKANTH, NIRALI, JAYNA
LA( CI) PIPES
RIF, NECO, ELECTRO STEEL, KESORAM
G.I.PIPES
TATA, JINDAL.
G.I.FITTINGS (MALLEABLE CAST IRON)
UNIK, ICS, ZOLOTO.
STONEWARE PIPE & GULLY TRAPS
PERFECT, PARRY, ANANT, SFMC, BURN.
R.C.C. PIPES- ( NP-2)
LAKSHMI SOOD & SOOD, JAIN & CO,
BALAJI.
MS PIPES
KESORAM, ELECTRO STEEL, SAIL, TISCO,
JINDAL.
UPVC PIPE
SUPREME, PRINCE, FINOLEX, SFMC.
GUNMETAL VALVES
LEADER, SANT, ZOLOTO.

AE (P)

EE (P)

40
64
65
66
67
68
69
70
71
72
73
74
75
76
77

78

79

80

81
82
83
84
85
86
87

88

89

C.I.DOUBLE FLANGED SLUICE VALVES.

KIRLOSKAR,
IVC,
BURN,
SONDHI,
KEJRIWAL
BALL VALVES
ZOLOTO, IBP, ARCO.
SPIDER FITTINGS
DORMA, SEVAX.
MINERAL FIBRE FALSE CEILING
ARMSTRONG OR EQUIVALENT AS PER
RELEVANT IS CODE.
FIRE RATED DOOR CLOSER
DORMA, MARSHALL, INGERSOLLRAND, DLINE.
C.P.BRASS FITTINGS
JAQUAR, MARC, NOVA, PARRYWARE
PPR PIPES & FITTINGS
SFMC,
SAFE,
WETFLOW,
SUPREME
ASTRAL.
POLYSTER POWDER COATING SHADES
NEROLAC, BERGER, J&N.
HARDNERS
IRONITE, FERROK, HARDOMATE, FOSROC
PVC WATER TANK
SINTEX, SPL, SFMC.
CALCIUM SILICATE BOARD FOR FRD PROMATECT-H, HILUX, STARPAN.
SHUTTERS
WOOD/STEEL
FIRE
RATED
DOOR SUKRI, SHAKTI MET, GODREJ, PROMAT,
SHUTTER
KUTTI
INTUMESCENT
STRIP
FOR
FRD INTUMEX, ASTOFLAME, LORIANT, RAVEN
SHUTTERS
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG, USG, DAIKEN, AURA (ASIPL)
SUPPORTING GRID AND MINERAL FIBRE
TILES
FALSE CEILING SYSTEM ALONG WITH ST.GOBAIN GYROC, BORAL, HILUX,
SUPPORTING GRID AND CALCIUM AEROLITE.
SILICATE BOARD/TILE
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG,
USG,
ECOPHONE,
SUPPORTING
GRID
AND DECOSONIC, DAIKEN
ROCKWOOL/GLASSWOOL ACOUSTICAL
TILES
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG, HUNTER DOUGLAS, AURA
SUPPORTING GRID AND METALLIC (ASIPL), DAIKEN.
TILES
ACCOUSTIC
TILES
FOR
HIGH ARMSTRONG, USG, DAIKEN, DECOSONIC
FREQUENCY ABSORPTION
GRG TILE FOR FALSE CEILING
DECOSONIC, SAINTGOBAIN, ARMSTRONG,
CKM
FIBRE GLASS ACOUSTICAL WALL DECOSONIC, ARMSTRONG, ECOPHONE
PANELLING
(SAINTGOBIN)
FIRE RATED SS BALL BEARING HINGES
DORMA, MARSHALL, INGERSOLL RAND,
D-LINE
FIRE RATED PANIC BAR/ PANIC TRIM
DORMA, MARSHALL, INGERSOLL RAND,
D-LINE
CLAMP SYSTEM FOR DRY STONE HILTI, FISCHER, BOSCH
CLADDING
STONE ADHESIVE
FERROUS CRETE (FERRO-113), ARDEX
ENDURA (DIAMOND STAR), PIDILITE
(ROOF STONE ADHESIVE)
GYPSUM PLASTER
FERROUS CRETE (FERRO- 500), GYPROC
SAINT GOBAIN (ELITE-90), BORAL (BORAL
GYPSUM)
WALL PUTTY
J.K.WHITE, BIRLA WHITE,
AE (P)

EE (P)

41
90
91
92
93
94
95
96
97
98

99
100
101
102
103

104
105

MIRROR
SAINT GOBAIN, MODIGUARD, AIS,
BACKER ROD
SUPREME IND LTD, SYSTRANS POLYMERS
EPDM ACOUSTICAL, FIRE SEAL
ENVIROSEAL
SS HINGED GRATING
GMGR, NEER, CHILLY
CI MANHOLE FRAME & COVERS AND GI NECO, RIF, SKF
GRATING
SFRC MANHOLE COVERS & GRATING
K.K, JAIN, PRAGATI
PTMT FITTINGS
PRAYAG POLYMER PVT. LTD, SHAKTI
ENTERPRISES, PRINCE
ACP FOR CLADDING
ALUDECOR, ALSTRONG.
APP WATERPROOFING MEMBRANE
STP LTD, TEXSA, BITUMAT CO.LTD,
DERMABIT, GRACE, BENGAL BITUMEN,
PIDILITE.
CURING COMPOUND
FOSROC, SIKA, BASA
LAMINATE FLOORING
ARMSTRONG, PERGO, FLORENCE
PVC FLOORING & VINYL WALL ARMSTRONG,
FORBO,
GERELOR,
COVERING
INPROCORP
LINOLEUM FLOORING
TARKETT, FORBO, WIKENDER
EXPANSION JOINTS
CONSTRUCTION
SPECIALITIES,
ARCHITECTURE SPECIALITY PRODUCT
(ASP), MISKA & EMSEAL
POLYCARBONATE ROOFING SYSTEM
PALRAM, GE, SEPITALIA.
SOIL WASTE & VENT PIPES & FITTINGS
NECO SKF
(A) CENTRIFUGAL CAST IRON

AE (P)

EE (P)

42
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.

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

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.
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.
AE (P)

EE (P)

RATE

AMOUNT

43
1.3.1 All kinds of soil.

Cum

209.00

Cum

128.00

Metre

135.00

Cum

120.00

Cum

114.00

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.
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
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.
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.

AE (P)

EE (P)

44
1.8 Supplying and filling in plinth with

Cum

73.00

Cum

4.00

Cum

100.00

Sqm

10.00

local sand under floors, including


watering, ramming, consolidating
and dressing complete.
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)
2.1.2 1:5:10 (1 cement : 5 coarse sand : 10
graded stone aggregate
40 mm nominal size)
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).
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.
2.4 Applying a coat of residual

per 50
kg
cement

Sqm

petroleum bitumen of grade of VG10 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.

AE (P)

EE (P)

406.00

10.00

45
2.5 Making plinth protection 50 mm

Sqm

39.00

Cum

84.00

Sqm

140.00

Sqm

264.00

Sqm

2849.00

Sqm

1927.00

Sqm

1205.00

Sqm

347.00

Sqm

76.00

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.
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).
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.


3.2.2 Walls (any thickness) including

attached pilasters, butteresses, plinth


and string courses etc.
3.2.3 Suspended floors, roofs, landings,

balconies and access platform.


3.2.4 Lintels, beams, plinth beams,

girders, bressumers and cantilevers.


3.2.5 Columns, Pillars, Piers, Abutments,

Posts and Struts.


3.2.6 Stairs, (excluding landing) except

spiral staircases.
3.2.7 Weather shade, Chajjas, corbels etc.,

including edges.

AE (P)

EE (P)

46
3.3 Providing, hoisting and fixing up to

Cum

6.00

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).
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

Kg

96400.00

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.
3.6 Add for plaster drip course/ groove

Metre

4833.00

Cum

718.00

in plastered surface or moulding to


R.C.C projections.
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).

AE (P)

EE (P)

47
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

Cum

638.00

Cum

53.00

Cum

17.00

floor V level.
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)
4.1.2 Cement mortar 1:6 (1 cement : 6

coarse sand)

AE (P)

EE (P)

48
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

Sqm

963.00

Sqm

963.00

Sqm

69.00

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).
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).
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.

AE (P)

EE (P)

49
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

Each

10.00

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

5.3 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.
5.4 Providing and fixing stone slab with

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

AE (P)

EE (P)

50
5.5.1.1 Granite of any colour and shade as

Sqm

105.00

Sqm

163.00

Sqm

76.00

Sqm

163.00

Sqm

76.00

Metre

249.00

approved by Engineer-in-charge.
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.
6.1.2 25mm thick (for cupboard)

including ISI marked nickel plated


bright finished M.S Piano hinges IS :
3818 marked with necessary screws.
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).
6.3 Extra for cutting rebate in flush door

shutters (Total area of the shutter to


be measured).
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.

AE (P)

EE (P)

51
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.
6.6 Providing and fixing 50mm bright

Kg

3841.00

Each

96.00

plated brass handles with necessary


screws etc. complete:
6.7.1 125mm

Each

172.00

6.7.2 100mm

Each

92.00

Metre

228.00

finished brass cup board or wardrobe


knob of approved quality with
necessary screws.
6.7 Providing and fixing chromium

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.
6.9 Providing and fixing to existing door

frames.

AE (P)

EE (P)

52
6.9.1 30mm thick Glass Fibre Reinforced

Sqm

73.00

Each

225.00

Each

675.00

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

Each

86.00

Each

86.00

Each

86.00

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.
6.10 Providing and fixing zinc alloyed

(white powder coated) touch lock for


uPVC sliding window with
necessary screws etc. complete.
6.11 Providing and fixing steel roller for

uPVC sliding window with


necessary screws etc. complete.
6.12 Providing and fixing chromium

6.9 Providing and fixing chromium

plated brass hanging type floor door


stopper with necessary screws, etc.
complete
6.10 Providing and fixing chromium

plated brass sliding door bolt with


nuts and screws etc. complete :
6.10.1

250 X 16mm

6.11 Providing and fixing chromium

plated brass door latch with screws


etc. complete
6.11.1 250x16x5 mm

AE (P)

EE (P)

53
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 pretreatment of the surface as directed
by Engineer - in - charge :
7.2.1 Profile B.
7.2.1.1 Fixing with adjustable lugs with split Metre

end tail to each jamb

AE (P)

EE (P)

439.00

54
7.3 Providing and fixing M.S fan clamp

Each

36.00

Each

55.00

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.
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.
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.

AE (P)

Kg

1000.00

EE (P)

55
7.6 Providing and fixing stainless steel (

Kg

1713.00

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.).
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
Sqm
gauge of 0.5mm dia wire and 1.4mm
aperture on both sides.

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

AE (P)

Sqm

EE (P)

148.00

56
8.2 Providing and fixing Ist quality

Sqm

846.00

Sqm

188.00

Sqm

1455.00

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.
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.
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

AE (P)

EE (P)

57
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
8.6 Providing and fixing 1st quality

Sqm

187.00

Sqm

355.00

Sqm

92.00

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.
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.
AE (P)

EE (P)

58

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 Engineerin-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
Sqm
and shade as approved by Engineerin-charge

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-inCharge.
8.10.1 Granite work
metre

AE (P)

EE (P)

380.00

59
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

Each

106.00

Each

17.00

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
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.

AE (P)

EE (P)

60
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,
AE (P)

EE (P)

61
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

Sqm

4988.00

Sqm

5008.00

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

SH : 10 : FINISHING
10.1 12 mm cement plaster of mix :
10.1.1 1:6 (1 cement: 6 coarse sand)
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)
10.3 15 mm cement plaster on rough side

AE (P)

EE (P)

62
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

Sqm

2344.00

Sqm

10320.00

10.8.1 Two or more coats on new work

Sqm

307.00

10.9 Providing and applying white

Sqm

12663.00

Cum

11.00

applied @ 1.43 ltr / 10 sqm over and


including base coat of water
proofing cement paint applied @
2.20 kg / 10 sqm)
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.
10.8 Painting with synthetic enamel paint

of approved brand and manufacture


to give an even shade :

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.
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).

AE (P)

EE (P)

63
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

Each

7.00

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
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
Each
solid plastic seat and lid.

AE (P)

EE (P)

31.00

64
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.

12.4 Providing and fixing white vitreous

Each

26.00

Each

26.00

Each

36.00

Each

36.00

Metre

380.00

china pedestal for wash basin


compltely recessed at the back for
the reception of pipes and fittings.

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

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.
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

AE (P)

EE (P)

65
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

Each

70.00

Each

36.00

Each

22.00

Each

22.00

Each

12.00

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
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
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
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
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

AE (P)

EE (P)

66
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

Each

14.00

Each

397.00

Each

76.00

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

Each

36.00

12.16 Providing and fixing collar :


12.16.1 100mm
12.16.1.1 Sand cast iron S&S as per IS - 3989
12.17 Providing lead caulked joints to sand

cast iron/centrifugally cast (spun)


iron pipes and fittings of diameter :
12.17.1 100 mm
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

12.18 Painting sand cast iron/ centrifugally

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.

AE (P)

EE (P)

67
12.20 Providing and fixing white vitreous

Each

8.00

Each

10.00

Each

32.00

Each

24.00

Each

24.00

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.
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.
12.22 Providing and fixing of Glass Shelf

of Polished Chrome of KOHLER


Eolia Series (Cat. No. K-17520TCP) or equivalent, as per direction of
the Engineer-Incharge.
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.
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

AE (P)

EE (P)

68
12.25 Providing and fixing of Health

Each

24.00

Each

24.00

Each

24.00

Metre

229.00

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.
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 EngineerIncharge.

12.27 Providing and fixing of Stainless

Steel Soap Dish(Parryware T6302A1 / Cera - CA103 /


Hindware - F870004) /JaquarAQN7731) alongwith all necessary
accessories complete including
cutting, making good the walls,
floors, slab wherever required as per
direction of Engineer-Incharge.
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

AE (P)

EE (P)

69
13.1.2 40 mm nominal outer dia Pipes

Metre

67.00

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

Metre

15.00

Each

50.00

Each
Each
Each

9.00
3.00
7.00

13.2 Providing and fixing Chlorinated

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
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
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.
13.5.2 40 mm nominal bore
13.5.3 50 mm nominal bore
13.6 Providing and fixing unplasticised

PVC connection pipe with brass


unions.
AE (P)

EE (P)

70
13.6.1 45 cm length
13.6.1.1 15 mm nominal bore

Each

13.7 Supplying pig lead at site of work.

Quintal

74.00
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

13.9.1 50 mm diameter pipe.

Metre

50.00

13.10 Providing and placing on terrace (at

Per
litre

13.9 Providing and filling sand of grading

zone V or coarser grade allround the


G.I pipes in external work.

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.

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

Each

58.00

Each

34.00

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
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.

AE (P)

EE (P)

71
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

Each

34.00

Each

34.00

Metre

135.00

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

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.
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.
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
14.2 Providing and laying cement

AE (P)

EE (P)

72
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 Each
modular) bricks of class designation
7.5

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- Each
modular) . bricks with class
designation 7.5.

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

AE (P)

Metre

EE (P)

4.00

73

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

Each

1.00

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.
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 Each
modular) bricks of class designation
7.5
SH : 15 : ALUMINIUM WORK

AE (P)

EE (P)

1.00

74
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
Kg
(minimum thickness of powder
coating 50 micron).

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).

AE (P)

Kg

1429.00

EE (P)

75
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.
15.2.2 15.2.2 With float glass panes of 5.50

Sqm

119.00

Sqm

6.00

Each

2.00

mm thickness.
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.
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

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.
AE (P)

EE (P)

1113.00

76
15.5.1 Powdered coated minimum

Each

2.00

Each

1.00

Sqm

283.00

thickness 50 micron aluminium


tubular hangle bar..
15.6 Providing and fixing 100mm brass

locks (best make of approved


quality) for aluminium doors
including necessary cutting and
making good etc. complete.
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.)
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.

AE (P)

EE (P)

77
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 Engineerin-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 Engineerin-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-incharge.
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.

AE (P)

EE (P)

78
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.

Assistant Engineer (P)


BCC,EZ-V,CPWD, BBSR

Sqm

Executive Engineer (P)


BCC,EZ-V,CPWD,BBSR

AE (P)

EE (P)

1010.00

Superintending Engineer (P)


EZ-V,CPWD,BBSR

79

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.
AE (P)

EE (P)

80
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:

AE (P)

EE (P)

81
a.
b.
c.
d.
e.

Factories Act.
Indian Electricity Rules.
IS & BS Standards as applicable.
Workmens compensation Act.
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.

AE (P)

EE (P)

82
16.

17.

18.
19.
20.
21.

22.

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.
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.
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.
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.
The contractor has to make his own arrangements for stores and watch and ward and no extra
claim for this will be entertained.
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.
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
A
B
C
D

Stage of work
On laying of conduits with accessories, switch boxes,
etc.
On drawing of wires i/c terminations, switches, sockets,
cover plates etc.
On completion of item and after testing and
commissioning.
At the time of payment of final bill.

Percentage of Rate
40%
45%
10%
5%

B] Items of distribution boards, MCBs, MCB DBs, Rising Main etc


S. N
A
B
C
D

Stage of work
On initial inspection of material and delivery at site in
good condition on pro-rate basis.
On completion of installation on pro-rata basis.
On completion of testing and commissioning.
At the time of payment of final bill.

Percentage of Rate
60%
20%
15%
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.

AE (P)

EE (P)

83
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
contractors 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 MCBs shall be 10KA. The MCBs 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 MCCBs 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.

AE (P)

EE (P)

84
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, MCBs MCB
DB, fittings, accessories and other items, from the manufacturers 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-incharge.
39. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCB DBs 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 DBs 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.

AE (P)

EE (P)

85
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.

AE (P)

EE (P)

86

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-westStylus+
/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:- Havells /Polycab/Crystal/Universal/KEI
Note:-1. Tenderers quoting for make & models other than above will be rejected.

AE (P)

EE (P)

87

ADDITIONAL SPECIFICATIONS FOR 8 PASSENGERS


SIMPLEX COLLECTIVE SELECTIVE LIFT
1.
2.
3.
4.
5.
6.
7.

Type of Lift
Number of lift required
Load: Number of Person
Rated speed
Travels in meters
Number of floors served
(a) Inside size of lift well (W x D)
(b) Pit Depth
8. Clear inside size of lift car
9. Dimension of lift machine room
10. Position of counter weight
11. Position of machine room
12. (a) Type of control
(b) Type of operation
(c) Potential free contacts

13. Car entrance door


(a) Number
(b) Size
(c) Type of doors
(d) Car open in front only or open
(e) Car fittings
14. Construction design and finish of
15. Type of signal system

Passenger Lift
One
8 passenger Lift (544 Kg)
1.0 Mtr. Per. Sec.
About 13 Mtr.
G+4
1900 mm x 1900 mm Deep
1500 mm
1300 mm wide x 1100 mm depth
3100 mm x 4400 mm
As per IS
Directly above the lift shaft - GEARLESS
AC variable voltage & variable frequency
Microprocessor based Simplex collective selective with or
without attendant.
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.
One
Clear opening about 800 mm x 2000 height
Automatic power operated center opening stainless steel
scratch proof (Moon Rock Finish)
In front only.
indirect LED fitting & fan.
Stainless steel scratch proof surface car body work
(Moon Rock Finish)
(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.

AE (P)

EE (P)

88
16. Landing entrance
(a) Location of landing entrance
(b) Number
(c) Size
(d) Type of doors

All doors on the same side in different floors


One
800 mm x 2000 mm
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


of installation

Summer condition DB (F) 100 WB (F) 82 RH 80%


Monsoon condition DB (F) 30 WB (F) 86 RH 90%
Height above sea level 148 ft.
Yes, In the machine room.

19.
20.

Storage space provided


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.

AE (P)

EE (P)

89
ADDITIONAL SPECIFICATIONS FOR 6 PASSENGERS
SIMPLEX COLLECTIVE SELECTIVE LIFT
17. Type of Lift
18. Number of lift required
19. Load: Number of Person
20. Rated speed
21. Travels in meters
22. Number of floors served
23. (a) Inside size of lift well (W x D)
(b) Pit Depth
24. Clear inside size of lift car
25. Dimension of lift machine room
26. Position of counter weight
27. Position of machine room
28. (a) Type of control
(b) Type of operation
(c) Potential free contacts

29. Car entrance door


(a) Number
(b) Size
(c) Type of doors
(d) Car open in front only or open
(e) Car fittings
30. Construction design and finish of
31. Type of signal system

32. Landing entrance


(a) Location of landing entrance
(b) Number
(c) Size

Passenger Lift
One
6 passenger Lift (408 Kg)
1.0 Mtr. Per. Sec.
About 13 Mtr.
G+4
1700 mm x 1450 mm Deep
1500 mm
1100 mm wide x 1000 mm depth
3100 mm x 4200 mm
As per IS
Directly above the lift shaft - GEARLESS
AC variable voltage & variable frequency
Microprocessor based Simplex collective selective with or
without attendant.
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.
One
Clear opening about 700 mm x 2000 height
Automatic power operated side opening stainless steel
scratch proof (Moon Rock Finish)
In front only.
indirect LED fitting & fan.
Stainless steel scratch proof surface car body work
(Moon Rock Finish)
(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.
All doors on the same side in different floors
One
700 mm x 2000 mm

AE (P)

EE (P)

90
(d) Type of doors
scratch proof

Automatic power operated side opening stainless steel

(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


of installation

Summer condition DB (F) 100 WB (F) 82 RH 80%


Monsoon condition DB (F) 30 WB (F) 86 RH 90%
Height above sea level 148 ft.
Yes, In the machine room.

19.
20.

Storage space provided


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.

AE (P)

EE (P)

91
GENERAL TERMS AND ADDITIONAL CONDITION FOR LIFT
1.0
1.1

1.2
1.3

1.4
1.5

General
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).
Location: - The Lift will be installed at CIPET, Patia, Bhubaneswar.
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-inCharge. 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.
The tender should in his own interest visit the site and familiarizes himself with the site
conditions before tendering.
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
3.1

3.2
3.3

Rates.
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.
The contractor has to carry out routine & preventive maintenance for 12 months from the
date of handing over. Nothing extra shall be paid.
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.

AE (P)

EE (P)

92
4.0

5.0

6.0

7.0

8.0

10.0
10.1

10.2

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.
For item/equipment requiring initial inspection at manufacturers works the contractor
will intimate the date of testing of equipments at the manufacturers 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 Engineers visit to the factory will be borne by the
Department. Also equipment may be inspected at the Manufacturers premises, before
dispatch to the site by the contractor.
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.
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.
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-incharge.
Performance Guarantee:
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.
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/Bankers 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.

AE (P)

EE (P)

93
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
11.1

Guarantee
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.
Data Manual and Drawings to be furnished by the tenderers.
With Tender: The tenderer shall furnish along with the tender, detailed technical
literature, pamphlets and performance data for appraisal and evaluation of the offer.

14.0
14.1

14.2

15.0

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)
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.

AE (P)

EE (P)

94
16.0
16.1

16.2

16.3
16.4

17.0
17.1
17.2
17.3

18.0

Extent of Work
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.
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.
Maintenance (Routine & preventive) for one year from date of completion and handing
over.
The work is turnkey project and item required for completion of the project but left inadvertantly shall be executed within the quoted rates.
Inspection and testing:
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.
After completion of work in all respect the contractor shall offer the installation for
testing and operation.
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.
Validity
Tenders shall be valid for acceptance for a period of 90 days from the date of opening of
price bid.

Compliance with Regulations and Indian standards


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.
Workmens 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.

19.0
19.1

AE (P)

EE (P)

95
19.3

20.0

21.0

22.0

23.0
24.0

25.0

26.0

27.0

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.
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.
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.
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.
Mobilization advance
No mobilization advance shall be paid for this work.
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.
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.
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.
Training
The scope of works includes on job technical of two persons at site. Noting extra shall be
payable on this account.

AE (P)

EE (P)

96
28.0
28.1
28.2

29.0

Maintenance
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.
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.
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.

AE (P)

EE (P)

97
TECHNICAL PARTICULARS FOR 1 NO. 8 AND 6 PASSENGERS
SIMPLEX COLLECTIVE SELECTIVE LIFT
(TO BE FURNISHED BY THE FIRM)
Sl. No.
A.

Particulars of Details
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.

E.
1.
2.
3.
4.
F.

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
Safety Devices:
Car safety-type
Counter weight safety-type
Door inter locks in car-type
Door locks in landing-type
Other Safeties including in the offer:
AE (P)

EE (P)

98

Annexure-I
SCHEDULE OF DEPARTURE FROM SPECIFICATIONS
Selection No. Ref. of clause of the Description of Departure
specification

Reasons for Departure

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)

AE (P)

EE (P)

99

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)


BCC,EZ-V,CPWD, BBSR

Executive Engineer (P)


BCC,EZ-V,CPWD,BBSR

AE (P)

EE (P)

Superintending Engineer (P)


EZ-V,CPWD,BBSR

100
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.
9 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.
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.
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.
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
b) 2 x 6 sq.mm + 1 x 6 sq.mm earth wire
c) 4 x 6 sq.mm +2 x 6 sq.mm earth wire
AE (P)

950 Mtrs.

200 Mtrs.

850 Mtrs.
360 Mtrs.
240 Mtrs.
/

EE (P)

101
d) 4 x 10 sq.mm + 2 x 10 sq.mm. earth
wire
e) 4 x 16 sq.mm + 2 x 16 sq.mm. earth
wire
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
b) 25 mm
c) 32 mm
17.7 Supplying and drawing of UTP 4 Pair Cat
6 LAN cable in the existing surface/
recessed steel/ PVC conduit etc as
required.

145 Mtrs.
15 Mtrs.

400
50
50
1800

Mtrs.
Mtrs.
Mtrs.
Mtrs.

SH-18 :FITTING AND


ACCESSORIES
18.1 Supplying and fixing stepped type

105 Each

electronic fan regulator on the existing


modular plate switch box including
connections but excluding modular plate
etc. as required.
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.
18.3 Supplying and fixing suitable size GI box

28 Each

107 Each

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.
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)
b) 12 Module (200mmX150mm)
AE (P)

259 Each
99 Each
/

EE (P)

102
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
b) 3 pin 5/6 amp socket outlet
c) 15/16 amp socket outlet
d) 15/16 amps switch
e) RJ-45 Connector
f) 25 amp modular starter
g) Modular blanking Plate
18.6 Supplying and fixing 3 pin, 5 amp ceiling
rose on the existing junction box/ wooden
block including connection etc as
required.
18.7 Supplying and fixing Call bell buzzer
suitable for Single Phase 230 Volts
Complete as required.

297
297
70
28
99
70
297
28

Each
Each
Each
Each
Each
Each
Each
Each

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)
b) 2x28 Watt T-5 surface mounted mirror
optic fitting (Make: Philips Sereno TPS
814 or equivalent in Wipro / CG)
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)

164 Each
5 Each

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

AE (P)

EE (P)

103
18.9 Supplying and Fixing brass batten / angle

44 Each

holder including connection etc as


required.
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

26 Nos.

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)
18.12 Supplying, installation of 300 mm sweep

2 Each

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)
18.13 Supplying, installation of 250 mm sweep

20 Each

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)
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

AE (P)

5 Each

EE (P)

104
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
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)

5 Each

a) 4 Way (4+12) Double door


a) 6 way (4 + 18), Double door
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
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
b) 40 Amps TP & N
c) 63 Amps TP
d) 63 Amps TP & N

17 Each
5 Each

294 Each

20
11
20
11

AE (P)

EE (P)

Each
Each
Each
Each

105
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
b) 160 Amps

10 Each
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)
b) 630 amps (S.C. rating for 1 sec -35
KA)
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
b)600amps

14 Metre
14 Metre

1 Each
1 Each

AE (P)

EE (P)

106
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
b) 200 amps 25 kA SC for 1 sec

5 Each
5 Each

SH-21: G.I. PIPE FOR SERVICE


ONNECTION
21.1 Providing, laying / fixing 100 mm dia

18 Mtrs.

medium class G.I. pipe in ground


complete with G.I. fittings including
trenching etc as required.
SH-22: EARTHING
22.1 Earthing with G.I. earth plate 600 mm X

8 Each

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.
22.2 Providing and fixing 25 mm x5 mm G.I

8 Mtrs.

strip in 40 mm dia GI pipe from earth


electrode, as required.
22.3 Providing and fixing 25mm x 5 mm G.I

4 Mtrs.

strip on surface or in recess for


connections etc. as reqd.
SH-23 : LIGHTING CONDUCTOR
23.1 Providing and fixing of lightning

6 Each

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.
AE (P)

EE (P)

107
23.2 Jointing copper / G.I. tape (with another

84 Each

copper/ G I tape, base of the finial or any


other metallic object) by riveting / nut
bolting/ sweating and soldering etc as
required.
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)
23.4 Providing and fixing G.I. tape 20 mm X 3

200 Mtrs.

105 Mtrs.

mm thick on parapet or surface of wall for


lightning conductor complete as
required.(For vertical run)
23.5 Providing and fixing testing joint, made of

6 Each

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.
23.6 Providing and laying G.I. tape 32 mm X 6

24 Mtrs.

mm from earth electrode directly in


ground as required.
SH-24 AIR CONDITIONING
24.1 Supplying, installation, testing &

38 Each

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)

AE (P)

EE (P)

108
24.2 Supplying, Installation, Testing and

8 Each

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)
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"
b) 5/8"
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
24.5 Supplying and Fixing PVC insulated 3 X

100 Mtr.
30 Mtr.
515 Mtr.

150 Mtr.

4 sq. mm. Copper conductor cable on


surface i/c connection, testing and
commissioning etc as required.
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
b) 5 kVA

38 Each
8 Each

AE (P)

EE (P)

109
SH-25: LIFT
25.1 Supplying, Installation, Testing and

1 Job

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.
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).

AE (P)

EE (P)

110
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.

AE (P)

EE (P)

111
25.2 Supplying, Installation, Testing and

1 Job

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.
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

AE (P)

EE (P)

112
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)


BCC,EZ-V,CPWD, BBSR

Executive Engineer (P)


BCC,EZ-V,CPWD,BBSR

AE (P)

EE (P)

Superintending Engineer (P)


EZ-V,CPWD,BBSR

113

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
AE (P)

EE (P)

114
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

1.

Internal El

Estimated
cost Rs. (in
lakhs)
37,73,978

A.

Eligibility
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.

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.

AE (P)

EE (P)

115

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 Contractors
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.

AE (P)

EE (P)

116
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)


BCC,EZ-V,CPWD, BBSR

Executive Engineer (P)


BCC,EZ-V,CPWD,BBSR

AE (P)

EE (P)

Superintending Engineer (P)


EZ-V,CPWD,BBSR

117

AE (P)

EE (P)

Вам также может понравиться