You are on page 1of 125

1

Hkkjr ljdkj
GOVERNMENT OF INDIA

dsUnzh; yksd fuekZ.k foHkkx


CENTRAL PUBLIC WORKS DEPARTMENT

- 560 034

dk;Zikyd vfHk;ark dk dk;kZy;


csaxywj dsUnzh; esMy & 3]
dsUnzh; yksd fuekZ.k foHkkx]
rhljh eafty] lh foax]
dsUnzh; lnu] dksjeaxyk]
csaxywj & 560 034

080-25532085

080-25532085

- eebcd-3@kar.nic.in


3
.. .. , ',
,

O/o the Executive Engineer,


Bangalore Central Division - III,
C.P.W.D., IIIrd Floor, C Wing,
Kendriya Sadan, Koramangala,
Bangalore 560 034
Tel : 080 - 25532085
Telefax: 080 - 25532085
E-mail: eebcd-3@kar.nic.in

080-25532085
080-25532085

eebcd-3@kar.nic.in

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e- TENDERING


PART OF BID DOCUMENT AND TO BE POSTED ON WEB SITE
(Applicable for inviting open bids)

FORMING

3
Construction of 1 no
120 Men Barrack for
Sector Head Quarter
(SHQ), ITBP at
Jangamakote Hobli,
Sidlaghatta Taluk,
Chikkaballapur district,
Karnataka.Sub Head:
Building portion
including internal
water supply, sanitary
installations, drainage,
internal electrical
installations, Lightning
Conductor, Main
Panel &fire
extinguishers
&miscellaneous.

Earnest money

Period of
completion

Last date &


time of
submission of
bid

Time & date


of opening
of bid

Last date & time


of submission
of physical
documents to
division office
by the lowest
tenderer only.

Up to 03.00
PM on
30.11.2015

At 03.30
PM on
30.11.2015

To
be
submitted
during
office
hours within a
week from the
date of opening
of bid. In case
the last day
happens to be
closed holiday,
these
documents
shall
be
submitted
on
the
next
working day.

12
Rs.8,32,187 /-

+ Electrical : Rs.29,58,939/-)

Name of work & Location

Estimated cost
put to bid

NIT
No.

Rs 4,16,09,330/- (Civil : Rs. 3,86,50,391/-

Sl.
No

11/CE/BCD III/2015-2016

The Executive Engineer, Bangalore Central Division III, CPWD, Bangalore. on behalf of
President of India invites online composite percentage rate bids from approved and eligible
composite category contractors of CPWD and those of appropriate list of MES., BSNL and Railway
for the following work (s).

months

2
2

1.

2.
3.

4.

The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
Information and instructions for bidders posted on website shall form part of bid document.
The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com /CPWD or www.cpwd.gov.in free of cost.
But the bid can only be submitted after depositing processing fee in favour of ITI
Limited and uploading the mandatory scanned documents such as Demand Draft or
Pay order or Bankers Cheque or Deposit at call receipt or fixed deposit receipts and
Bank Guarantee of any scheduled bank (bankers name, amount, number and date)
towards EMD in favour of Executive Engineer, Bangalore Central Division III,CPWD,
Bangalore and other documents as specified.
The contractors already registered on the e-tendering portal will have option to
continue by paying tender processing fee upto one year from the date of registration,
or to switch over to (new) registration without tender processing fee any time. All
new registrations from 01.04.2015 will be without tender processing fee.

5.

6.
7.
8.
9a.

9b.
10.

11.
(A)
i)
ii)
iii)
iv)

Those contractors who are not registered on the website mentioned above, are required to
get registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
Contractor can upload documents in the form of JPG format and PDF format.
Contractor must ensure to quote percentage of each schedule. The column meant for
quoting percentage in figures appears in pink colour and the moment percentage is
entered , it turns sky blue.
Contractor should quote the percentage above or below to two places of decimal only.

CPWD as well as Non-CPWD contractors both shall be issued tender after


production of Valid electrical license from competent authority in the name of contractor.
However, the contractors shall be allowed to participate in tender with an undertaking that
they will either obtain valid electrical license at the time of execution of electrical work or
associate contractors having valid electrical license of eligible class.
List of Documents to be scanned and uploaded within the period of bid submission:
By CPWD contractors
CPWD enlistment Order of Contractor under composite category.
Treasury Challan / Demand Draft / Pay Order or Bankers Cheque / Deposit at Call Receipt /
Fixed Deposit Receipt /Bank Guarantee of any scheduled Bank against EMD.
Two letters from CPWD class I and class II composite category contractors as specified
under clause 1.2.3 of CPWD 6.
An undertaking that The Physical EMD shall be deposited by me/us with the EE
calling the bid in case I/We become the lowest bidder within a week of the opening of
financial bid otherwise department may reject the bid and also take action to withdraw
my/our enlistment/ debar me/us from tendering in CPWD.
Valid electrical license from competent authority in the name of contractor or an
undertaking that they will either obtain valid electrical license at the time of execution
of electrical work or associate contractors having valid electrical license of eligible
class.

3
3

(B)

By Non-CPWD contractors

i)

Enlistment order of contractor in appropriate list of MES / BSNL / Railways.

ii)

Treasury Challan / Demand Draft / Pay Order or Bankers Cheque / Deposit at Call
Receipt / Fixed Deposit Receipt /Bank Guarantee of any scheduled Bank against
EMD.

iii)

Certificates of Work Experience. The work experience certificates submitted by the


bidders shall clearly indicate that:

a.

The similar work executed shall be RCC framed structure building work comprising of civil
work items necessary to complete the building including water supply, sanitary installations &
drainage work and internal electrical installations.

b.

The completion cost of the building.

c.

Actual date of completion of the building.


In case if any of the above details are not included in the work done certificate then
such bids will not be considered for opening.

iv)

Complete set of TDS Certificates (Form 16A) shall be uploaded in case the similar work is
executed for a private body which shall form basis for establishing the completion cost of
work executed.

v)

Affidavit as per clause1.2.2 of CPWD 6 on a non-judicial stamp paper worth Rs.200/-.

vi)

An undertaking that The Physical EMD shall be deposited by me/us with the EE
calling the bid in case I/We become the lowest bidder within a week of the opening of
financial bid otherwise department may reject the bid and also take action to withdraw
my/our enlistment/ debar me/us from tendering in CPWD.
Valid electrical license from competent authority in the name of contractor or an
undertaking that they will either obtain valid electrical license at the time of execution
of electrical work or associate contractors having valid electrical license of eligible
class
This work requires engaging more than 20 nos. of labours / workers and therefore all
necessary licenses such as labour license, EPFO and ESI, BOCW welfare registration etc.,
shall be taken by contractor within the time limits as prescribed under clause 1 of schedule
F.

vii)

12

-sd/Executive Engineer
BCD III, CPWD, Bangalore
No.69 (1)//BCD III/2015/
Date: /11/2015
Copy to:
1. Chief Engineer, Southern Zone III, CPWD, Bangalore.
2. The Dy. Inspector General, SHQ, (Bangalore), ITB Police Force, Bangalore.
3. Superintending Engineer, BCC, CPWD, Bangalore.
4. Superintending Engineer, (Elct.), BCEC, CPWD, Bangalore.
5-8.The Executive Engineer, BCD I, BCD II, BCED I, BCED II, CPWD, Bangalore.
9. The Deputy Director(H), Horticulture, CPWD, Bangalore.
10. All Assistant Engineer, under BCD III, CPWD, Bangalore.
11-12. AAO/AE(P)/Cashier/ Auditor of BCD III, Bangalore.
13. Notice Board.
14. Drawing Branch.

Executive Engineer
BCD III, CPWD, Bangalore

4
4

CPWD 6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e- TENDER

1
Composite percentage rate bids are invited on behalf of President of India from
approved and eligible composite category contractors of CPWD and those of
appropriate list of MES., BSNL and Railway for the following work (s).
Construction of 1 no 120 Men Barracks for Sector Head Quarter (SHQ), ITBP at
Jangamakote Hobli, Sidlaghatta Taluk,Chikkaballapur district, Karnataka.
Sub Head: Building portion including internal water supply, sanitary installations,
drainage, internal electrical installations, Lightning Conductor, Main Panel and fire
extinguishers &miscellaneous.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor
should be valid on the original date of submission of bids.

1.1

The work is estimated to cost Rs.4,16,09,330/- (Civil: Rs. 3,86,50,391/- +


Electrical: Rs.29,58,939/-) This estimate, however, is given merely as a rough
guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the bids. He will also nominate
Division which will deal with all matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid, should
clearly indicate the estimated cost of each component separately. The eligibility of bidders
will correspond to the combined estimated cost of different components put to bid.
Intending Non-CPWD bidder is eligible to submit the bid provided he has definite
proof from the appropriate authority, which shall be to the satisfaction of the
competent authority, of having satisfactorily completed similar works of magnitude
specified below: Similar work means RCC framed structure building work comprising of Civil
work items necessary to complete the building including water supply, sanitary
installations & drainage work and internal electrical installations.
Bidders are also required to submit TDS Certificates in form 16A in case the
similar works are executed for a private body which shall form basis for establishing
the completion cost of similar work executed by the bidders.

5
5

Criteria of eligibility for submission of bid documents


1.2.1 Conditions for non-CPWD contractors only, if bids are also opened to non-CPWD
contractors. For works estimated cost upto Rs.20 crore.
Three similar works each of value not less than Rs.170 lakhs or two similar work
each of value not less than Rs.250 lakhs or one similar work of value not less than
Rs.330 lakhs in last 7 years ending previous day of last date of submission of bids .
Note: For works costing above Rs. 5 crore but upto Rs. 20 crore, when bids are
open to non-CPWD contractors also, then class II composite category contractors
of CPWD shall also be eligible if they satisfy the eligibility criteria specified in 1.2.1
above
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.
1.2.2 To become eligible for issue of bid, the Non-CPWD bidders shall have to
furnish an affidavit (on a non-judicial stamp paper worth Rs.200/-) 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 bidding in CPWD in future forever. Also, if such a violation comes
to the notice of Department before date of start of work, the Engineer-incharge 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).
Note: A work is said to have been executed on back to back basis when the
entire work or substantial part of the work forming the basis for evaluation of the
eligibility of the bidder is got executed by the bidder through another contractor
either by direct nomination or by call of tender.

1.2.3 When bids are invited from non CPWD contractors as per provisions of clause 1.2.1
above, it will be mandatory for non CPWD contractors to upload the work
experience certificate (s) and the affidavit as per the provisions of clause 1.2.2.
But for such bids, CPWD class I and class II composite category contractors are
eligible to submit the bids without submission of work experience certificate and
affidavit. Therefore,CPWD class I and class II composite category contractors
shall upload two separate letters for experience certificate and affidavit that these
documents are not required to be submitted by them. Uploading of these two letters
is mandatory otherwise system will not clear mandatory fields.
2.

3.

Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 which is available as a Govt. of India Publication and also available on
web site www.cpwd.gov.in. Bidder shall quote his percentage rates as per various
terms and conditions of the said form which will form part of the agreement.
The time allowed for carrying out the work will be 12 months from the date of start
as defined in schedule F or from the first date of handing over of the site, whichever
is later, in accordance with the phasing, if any, indicated in the bid documents.

6
6

4.

(i) The site for the work is available.


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

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 except Standard
General Conditions Of Contract Form 2014 can be seen on website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

6.

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

7.

While submitting the revised bid, contractor can revise the percentage rate of one or
more schedule(s) any number of times but before last time and date of submission
of bid as notified.

8.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay Order or
Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer, Bangalore Central Division III, CPWD, Bangalore shall
be scanned and uploaded to the e-tendering website within the period of bid
submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs.20 lac, whichever is less, shall have to
be deposited in shape prescribed above, and balance may be deposited in shape
of Bank Guarantee of any scheduled bank having validity for six months or more
from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest bidder within a week after opening of financial bid failing which the bid shall
be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority. The agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders.
The physical EMD shall be deposited by me/us with the Executive Engineer calling
the bid in case I/we become the lowest bidder within a week of the opening of
financial bid otherwise department may reject the bid and also take action to
withdraw my/our enlistment./ debar me/us from tendering in CPWD.

9.

Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
(i) e-Tender Processing Fee Rs. 5,700/- if registration with tender processing

fee is continued, shall be payable to M/s. ITI Limited through their egateway by credit / debit card, internet banking or RTGS/NEFT facility only.

7
7

Copy of Enlistment Order and certificate of work experience and other documents as
specified in the Information and instructions for contractors for e-tendering shall be
scanned and uploaded to the e-tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as
specified in Information and instructions for contractors for e-tendering shall have to
be submitted by the lowest bidder only along with physical EMD of the scanned copy
of EMD uploaded within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of
those bidders, who has deposited e-Tender Processing Fee with M/s ITI
Limited and Earnest Money Deposit and other documents scanned and
uploaded are found in order.
The bid submitted shall be opened at 3.30PM on 30.11.2015
10.

The bid submitted shall become invalid and e-tender processing fee shall not be
refunded if:
(i)
(ii)

(iii)

(iv)
(v)

The bidder is found ineligible.


The bidder does not upload all the documents as stipulated in the bid
document including the undertaking about deposition of physical EMD of the
scanned copy of EMD uploaded.
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 bid opening authority.
The lowest bidder does not deposit physical EMD within a week of opening of
bid.
If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any
section/sub head in percentage tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer.

* to be filled by EE
11.

The contractor whose bid is accepted will be required to furnish performance


guarantee of 5% (Five Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount
is less than Rs. 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 Rs.1,00,000/-) 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 bid shall be returned after
receiving the aforesaid Performance Guarantee. The contractor whose bid is
accepted will also 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 &
Progress) within the period specified in schedule F.

8
8

12.

The description of the work is as follows: Construction of 1 no 120 Men Barrack


for Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk,
Chikkaballapur district, Karnataka.Sub Head: Building portion including internal
water supply, sanitary installations, drainage, internal electrical installations,
Lightning Conductor, Main Panel and Fire extinguishers &miscellaneous.
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 bidder 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 bidder 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 bidder implies that he has read this notice and all other contract documents and
has made himself aware of the scope and specifications of the work to 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
rebate is put forth by the bidders shall be summarily rejected.

14.

Canvassing whether directly or indirectly, in connection with bidder 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 percentage rate quoted.

16.

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

9
9

17.

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 prior 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 had not obtained the
permission of the Government of India as aforesaid before submission of the bid or
engagement in the contractors service.

18.

The bid for the works shall remain open for acceptance for a period of sixty (60)
days from the date of opening of bids. If any bidders withdraws his bid before the
said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further
the bidders shall not be allowed to participate in the rebidding process of the work.

19.

This notice inviting bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting of:The Notice Inviting bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the percentage rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.
Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable

20.
For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The Earnest Money will be fixed with respect to the combined
estimated cost put to tender for the composite bid.
20.1.2

The bid document will include following three components:

Part A: CPWD-6, CPWD- 7 including schedule A to F for the major component of the work,
General / specific conditions, specifications applicable to major component of the
work. Standard General Conditions of Contract for CPWD 2014 as
amended/modified upto the date of submission of bid.
Part B: Schedule A to F for minor component of the work. (electrical component).SE/EE in
charge of major component shall also be competent authority under clause 2 and
clause 5 as mentioned in schedule A to F for major components) General/specific
conditions, specifications applicable to minor component(s) of the work.
Part C: Schedule of quantities of major and minor component of work.
20.1.3 For execution of following components, the bidders should either himself possess
the eligibility criteria, as mentioned or the bidders must associate himself, with
agencies of the appropriate class eligible to bid for each of the following
components individually, if he himself does not have the eligibility criteria specified
below -

10
10

For specilised components of Civil & E& M works, the eligibility criteria for
Associate agencies shall be as detailed below :
SL.
No.

Component of Civil &


E&M Works

Estimated
cost Rs.
(in Lakhs)

Eligibility

For Civil works


19.41

The associate agency should have satisfactorily completed the


works as mentioned below during the last 7 (seven) years ending
October 2015
Three similar works each costing not less than 40% of the estimated
cost put to tender.
OR
Two similar works each costing not less than 60% of the estimated
cost put to tender.
OR
One similar completed work costing not less than 80% of the
estimated cost put to tender.

1.

Laying of Granite
flooring

2.

Aluminium doors &


windows &
aluminium partition

16.56

The associate agency should have satisfactorily completed the


works as mentioned below during the last 7 (seven) years ending
October 2015
Three similar works each costing not less than 40% of the estimated
cost put to tender.
OR
Two similar works each costing not less than 60% of the estimated
cost put to tender.
OR
One similar completed work costing not less than 80% of the
estimated cost put to tender.

Ready Mix Concrete

56.43

The associate agency should have satisfactorily completed the


works as mentioned below during the last 7 (seven) years ending
October 2015
Three similar works each costing not less than 40% of the estimated
cost put to tender.
OR
Two similar works each costing not less than 60% of the estimated
cost put to tender.
OR
One similar completed work costing not less than 80% of the
estimated cost put to tender.

Water proofing
treatment work

7.39

The associate agency should have satisfactorily completed the


works as mentioned below during the last 7 (seven) years ending
October 2015
Three similar works each costing not less than 40% of the estimated
cost put to tender.
OR
Two similar works each costing not less than 60% of the estimated
cost put to tender.
OR
One similar completed work costing not less than 80% of the
estimated cost put to tender.

1.78

The associate agency should have satisfactorily completed the


works as mentioned below during the last 7 (seven) years ending
October 2015
Three similar works each costing not less than 40% of the estimated
cost put to tender.
OR
Two similar works each costing not less than 60% of the estimated
cost put to tender.
OR
One similar completed work costing not less than 80% of the
estimated cost put to tender.

For Electrical works


1

Fire existinguisher.
Fire detection and
alarm and any other
co-related items

11

(a)

11
The bidder should either himself meet the eligibility conditions for the specilised civil & E&M works as
above or otherwise he will have to associate an agency meeting the eligibility requirements for
specilised civil & E&M works after award of work and has to submit details of such agency(s)
conforming eligibility conditions as defined in the bid document to the Executive Engineer of
concerned component at least two months in advance from taking up specific component. Names of
the agency(s) to be associated shall be approved by the Engineer-in-Charge of concerned
component.

(b)

In case the main contractor is himself eligible (as per eligibility criteria) for executing any
specific component and intends doing the job himself, he may not be required to
associate with another agency for that component of work. In such cases the main
contractor also has to submit the documents as per eligibility criteria mentioned for
associated agency of that individual component.

( C)

In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge of concerned
component. The new agency/agencies shall also have to satisfy the laid down eligibility
criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he
can direct the contractor to change the agency executing such items of work and this shall
be binding on the contractor.
The main contractor has to enter into agreement with contractor(s) associated by him for
execution of above component(s). Copy of such agreement shall be submitted to EE/DDH in
charge of each concerned component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into agreement with
the new contractor associated by him.

(d)

20.1.4

The eligible bidders shall quote percentage rates for major component as well as minor
component of work.

20.1.5

After acceptance of the bid by competent authority, the EE in charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with EE in charge of
major component and has also to sign two or more copies of agreement depending upon
number of EEs/DDH in charge of minor components. One such signed set of agreement
shall be handed over to EE/DDH in charge of minor component. EE of major component
will operate part A of the agreement. EE/DDH in charge of minor component(s) shall
operate part B and Part C along with Part A of the agreement.

20.1.6

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

20.1.7

Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works. The Earnest Money will be
refunded after receipt of Performance Guarantee.

20.1.8

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

12
12

20.1.9

The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineerin-charge of major component after record of completion certificate of all other
components.

20.1.10 Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in
the final bill for composite contract.
21.

In case any discrepancy is noticed between the documents as uploaded at the time
of submission of the bid online and hard copies as submitted physically in the
office of Executive Engineer, then the bid submitted shall become invalid and the
Government shall, without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be
allowed to participate in the re-tendering process of the work.

13
13

CPWD 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Composite percentage Rate Tender & Contract for Works
(A)

Tender for the work of:- Construction of 1 no 120 Men Barrack for Sector Head
Quarter (SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur
district, Karnataka. Sub Head: Building portion including internal water supply,
sanitary installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire extinguishers & miscellaneous.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule F viz., schedule of quantities and in
accordance in all respect with the specifications, designs, drawing and instructions in
writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract and with such materials as are provided for, by, and in respect
of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for sixty (60) days from the due date of its
opening and not to make any modification in its terms and conditions.
A sum of Rs.8,32,187/- is hereby forwarded in receipt treasury challan/ deposit at
call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand
draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest
money./ A copy of earnest money in receipt treasury challan/ deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand
draft of a scheduled bank/bank guarantee issued by a scheduled bank is
scanned and uploaded.
If I/We, fail to furnish the prescribed performance guarantee within prescribed
period. I/We agree that the said President of India or his successors, in office shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely. Further, if I/We fail to commence work as specified, I/We agree
that President of India or the successors in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said performance
guarantee absolutely. The said Performance Guarantee shall be guarantee to
execute all the works referred to in the tender documents upon the terms and
conditions contained are referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in clause 12.2 and 12.3 of
the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work

14
14

I/ we undertake and conform that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of department, then I/we shall be debarred for
tendering in CPWD in future forever. Also, if such a violation comes to the notice of
department before date of start of work, the Engineer in-charge shall be free to
forfeit the entire amount of Earnest Money deposit/ Performance Guarantee.
Note: A work is said to have been executed on back to back basis when the entire
work or substantial part of the work forming the basis for evaluation of the eligibility
of the bidder is got executed by the bidder through another contractor either by direct
nomination or by call of tender.

I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in
any manner prejudicial to the safety of the State.
Dated:
Signature of Contractor
Witness:
Postal Address
Address :
Occupation :
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned
hereunder) is accepted by me for and on behalf of the President of India for a sum of
Rs.
....
(Rupees

).
The letters referred to below shall form part of this contract agreement:(a)
(b)
(c)
For & on behalf of President of India
Dated:

Signature *
Designation *.

* to be filled by EE

15
15

PROFORMA OF SCHEDULES
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE A
Schedule of quantities ; As per Schedule attached
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sl.
No.

Description of item

Quantity

3
---nil---

Rates in figures & words


at which the material will
be charged to the
contractor
4

Place of
issue

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

Description

Hire charges per


day
3
----nil---

Place of issue
4

SCHEDULE D'
Extra schedule for specific requirements / documents for the work, if any.
--nil-SCHEDULE E'
Reference to General Conditions of contract.
(B)

Name of work: Construction of 1 no 120 Men Barrack for Sector Head Quarter
(SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur district,
Karnataka. Sub Head: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor, Main
Panel and fire extinguishers & miscellaneous.
Estimated cost of work:

Rs.4,16,09,330 /-

(Civil: Rs.3,86,50,391 /- + Electrical: Rs 29,58,939/-)

(i) Earnest money :

Rs. 8,32,187/-(to be returned after receiving the Performance Guarantee)

(ii) Performance Guarantee :

5% of tendered value

(iii) Security Deposit :

2.5% of tendered value

16
16

SCHEDULE 'F'
GENERAL RULES & DIRECTIONS:
Officer inviting tender

Executive Engineer
Bangalore Central Division III
CPWD .Bangalore

Definitions:
2(v)
Engineer-in-Charge....

Executive Engineer
Bangalore Central Division III
CPWD.Bangalore

2(viii) Accepting Authority .

Chief Engineer
South Zone 3
CPWD, Bangalore

2(x) Percentage on cost of materials and


Labour to cover all overheads and profits:
2(xi) Standard Schedule of Rates

15%
Delhi Schedule of Rates 2014.with
amendments upto last date of submission
of bid.

2(xii) Department

Central Public Works Department

9(ii) Standard CPWD Contract Form

CPWD Form 7 & GCC 2014 modified


& Corrected upto the last date of
submission of bid

Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance
(ii) Maximum allowable extension with late
fee @0.1% per day of performance
Guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under clause 2

15 (fifteen) days

7(seven) days
Superintending Engineer
Bangalore Central Circle
CPWD .Bangalore

Clause 2A
Whether Clause 2A shall be applicable
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start

No

22 (twenty two) days

17
17

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


No

Description of Milestone (Physical)

Completion of entire earth work,


RCC foundation and footings,
grade beams, RCC framed
structure upto plinth level, plinth
filling and consolidation of earth
upto plinth level of buildings.

Time allowed in
days/months (from
date of start)

2 months

Completion of entire RCC framed


structure upto floor three level and
brick masonry work upto floor two
level.

6 months

Completion of entire RCC framed


structure upto floor entire level &
including
terrace
and
brick
masonry work.

9 months

Completion of entire flooring,


internal and external plastering,
water proofing treatment, fixing of
door/window frames and shutters,
plumbing works.
Completion of entire internal and
external painting works and other
miscellaneous works including
entire electrical work, testing and
handing over of building.

Time allowed for execution of work


Authority to decide:
(i)

Amount to be with-held in
case of non achievement of
each of the mile stone (% of
tendered amount of civil
component)
1.00% of the tendered value
of the work .

1.00% of the tendered value


of the work .

1.00% of the tendered value


of the work .

1.00% of the tendered value


of the work .

10 months

1.00% of the tendered value


of the work .

12 months

12 months.

Extension of time EE,BCD III, CPWD, Bangalore (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,Bangalore .


(Superintending Engineer in Charge or Superintending Engineer in Charge of
Major Component in case of Composite Contracts, as the case may be)

(iii)

Shifting of date of start in case of delay in handing over of site SE,


BCC,CPWD, Bangalore (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

18
18

Clause applicable - (6 or 6A)

6A

Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment

Rs.35 lakhs

Clause 7A
Whether Clause 7A shall be applicable
Yes
Clause 10A
List of testing equipment to be provided by the contractor at site lab.
1. Please see at page 51 - 52
4.................

2. ..................
. 5. ..................

3..................
6..................

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

Yes

Clause 10C
Component of labour expressed as percent of value of work =

Not Applicable

Clause 10CA

S.No

Material covered under


this clause

Nearest Materials (other


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

Base Price and its


corresponding
period of all
Materials covered
under clause 10
CA*

Corresponding
period

Ordinary Portland
Cement

NA

Rs. 7500 /-MT

October 2015

Portland
Pozzolona
Cement
Steel
reinforcement
(TMT Fe500 D)
from primary
producer

NA

Rs. 7400 /-MT

October 2015

NA

Rs.39265/- MT

October 2015

NA

Rs.37990/- MT

October 2015

NA

Rs.42331/- MT

October 2015

Steel
reinforcement
(TMT Fe 500 D)
from secondary
producer
Structural steel

19
19

Clause 10CC :Clause 10CC to be applicable in contracts with


stipulated period of completion exceeding the
period shown in next column -----

12 months

Hence Clause 10CC is applicable for this work/ contract


Schedule of component of other materials, labour, POL etc for price escalation

Component of civil (except materials covered under clause 10CA


Component of labour
Expressed as percent of total value of work

42 %
25%

Note : Xm : 42% (should be equal to (100) (materials covered under Clause 10CA
i.e. cement, steel , POL and other material specified in Clause 10CA + Component of
Labour ).
Clause 11

Specifications to be followed
for execution of work

CPWD specifications 2009 Vol I &II


(with upto date correction slips)

Clause 12
Type of work:12.2 & 12.3
12.5

Original work

Deviation Limit beyond which clauses 12.2 & 12.3 shall


apply for building work
(i) Deviation Limit beyond which clauses 12.2 & 12.3
shall apply for foundation work(except items mentioned
in earth work sub head in DSR and related items)
(ii) Deviation limit for items in earth work subhead of
DSR or related items

Clause 16
Competent Authority for deciding
Reduced rates

30%
30%.

100%

Superintending Engineer
Bangalore Central Circle
CPWD, Bangalore .

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1. ...............................
2. ............................... 3. .............
4. ..Please see .at page.53 5. ............................... 6. .
7. ..
8. .............................. 9. .............

Clause 25
Constitution of Dispute Redressal Committee
Claim amount
Chairman
Member
Member

Upto Rs.25 lakhs

More than Rs.25 lakhs

Director (Works cum TLQA)(SR)II.


CPWD, Bangalore.
Executive Engineer
Bangalore Central Division II,
CPWD Bangalore.
Executive Engineer (P),
O/O Chief Engineer
South Zone III, CPWD, Bangalore.

Chief Engineer (SZ) V,


CPWD Trivandrum.
Director (Works cumTLQA)(SR)II.
CPWD, Bangalore.
Superintending Engineer Mysore
Central Circle
CPWD Mysore.

20
20

Clause 36(i)
Requirement of Technical Representative(s) and recovery Rate
Sl.
No
.

Minimum
Qualification of
Technical
Representative

Graduate
Engineer
or

Discipline

Designation
(Principal
Technical/ Technical
Representative)

Minimum
Experience

Numbe
r

Rate at which recovery shall be


made from the contractor in the
event of not fulfilling provision of
clause 36((i)

2 years
Civil

Diploma
Engineer

Project Manager
cum planning /
quality
/
site
/billing Engineer

1 no

Rs.15000/- per month per


person.
(Rupees fifteen thousand per
month per person)

5 years

Assistant Engineer retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree .
Clause 42
(i) (a) Schedule/statement for determining
theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates .2014 printed by C.P.W.D.
(ii)

Variations permissible on theoretical quantities:


(a) Cement
For works with estimated cost put
to tender not more than Rs. 5 lakh.
3% plus/minus.
For works with estimated cost put to
tender more than Rs.5 lakh.
2% plus/minus.
(b) Bitumen All Works
2.5% plus only & nil on minus side
(c) Steel Reinforcement and structural steel
sections for each diameter, section and category
2% plus/minus
(d) All other materials.

Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S.no

Description of Item

R a t e s i n figures and words at which recovery


shall be made from the Contractor
Excess
beyond Less use beyond permissible
permissible variation variaton

Ordinary Portland cement (43 grade)


conforming to IS: 8112
Portland Pozzolona Cement conforming to
IS 1489 (Part-I)
Steel reinforcement
Structural sections
Bitumen issued free
Bitumen issued at stipulated fixed price

--nil---

Rs 8100 /MT

--nil---

Rs 8000 /MT

--nil---

Rs 55000/MT

21
21

SPECIAL CONDITIONS
1. The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design, drawings,
particular specifications, special conditions, additional conditions and instructions of
the Engineer-in-Charge.
2. Before tendering, the contractor shall inspect the site of work and shall fully acquaint
himself about the conditions prevailing at site, availability of materials, availability of
land and suitable location for construction of godowns, stores and camp, transport
facilities, the extent of leads and lifts involved in execution of work.
3. The contractor shall at his own expense and risk arrange land for accommodation of
labour, setting up of office, storage of materials, erection of temporary workshops,
construction of approach roads to the site of work, including land required for
carrying out of all jobs connected with the completion of the work. However, the
departmental land to the extent available may be allowed to be used for these
purposes free of rent without accepting any responsibility for the delay, if any, on this
account. The contractor shall have to abide by the regulations of the authorities
concerned and the directions of the Engineer-in-Charge for use of land available at
the site of work. If it becomes necessary during construction to remove or shift the
stored materials, shed, workshop, access roads, etc, to facilitate execution of the
work included in this agreement or any other work by any other agency, the
contractor shall remove or shift these facilities as directed by the Engineer-in-Charge
and no claim whatsoever shall be entertained on this account.
It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp, etc.
The department will bear no responsibility for lack of such knowledge and the
consequences thereof.
4. The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.
5. The contractor shall carry out true and proper setting out of the work in co-ordination
with the Engineer-in-Charge or his authorized representatives and shall be
responsible for the correctness of the positions, levels, dimensions and alignments
of all parts of the structure. If at any time during the progress of the work any error
appears or arises in the position, level, dimensions or alignment of any part of the
work, the contractor on being asked to do so by the Engineer-in-Charge, shall rectify
such error to the entire satisfaction of Engineer-in-charge. The checking by the
Engineer-in-Charge or his authorized representatives shall not relieve the contractor
of his responsibility for the correctness of any setting out of any line or level. The
contractor shall carefully protect and preserve all bench marks, pegs and pillars
provided for setting out of works.

22
22

6. All setting out activities concerning establishment of bench marks, theodolite


stations, centre line pillars, etc. including all material, tools, plants, equipments,
theodolite and all other instruments, labour, etc. required for performing all the
functions necessary and ancillary thereto at the commencement of the work, during
the progress of the work and till the completion of the work shall be carried out by
the contractor and nothing extra shall be paid on this account.
7. The contractor shall at his own cost submit samples of all materials sufficiently in
advance and obtain approval of Engineer-in-Charge. The materials to be used in
actual execution of the work shall strictly conform to the quality of samples approved
by the Engineer-in-Charge and nothing extra shall be paid on this account. The
acceptance of any sample or material on inspection shall not be a bar to its
subsequent rejection, if found defective.
8. The contractor shall at his cost, make all arrangements and shall provide necessary
facilities as the Engineer-in-Charge may require for collecting, preparing, packing,
forwarding and transportation of the required number of samples for tests and for
analysis at such time and to such places as directed by the Engineer-in-Charge.
Nothing extra shall be paid for the above operations including the cost of materials
required for tests and analysis. Testing charges, if any, will be borne by the
department if the test passes. In case it fails, the same shall be borne by the
contractor.
9. The necessary tests shall be conducted in the laboratory approved by the Engineerin-Charge. The samples for carrying out all or any of the tests shall be collected by
the Engineer-in-charge or on his behalf by any other officer of CPWD. The
contractor or his authorized representative shall associate himself in collection,
preparation, packing and forwarding of such samples for the prescribed tests and
analysis. In case the contractor or his authorized representative is not present or
does not associate himself in the aforesaid operation the results of such tests and
consequences thereon shall be binding on the contractor.
10. Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials brought to
site by contractor which are not in accordance with the contract specifications or do
not conform, in character or quality to the samples approved by the Engineer-inCharge. In case of default on the part of the contractor in removing rejected
materials, the Engineer-in-Charge shall be at liberty to have them removed at the
risk and cost of the contractor.
11. The contractor shall make his own arrangement of water required for execution of
work and get the water tested at his own cost with regard to its suitability for use in
the works and get written approval from the Engineer-in-Charge before he proceeds
with the use of same for execution of work.

23
23

12. The work shall be carried out in such a manner so as not to interfere or adversely
affect or disturb other works being executed by other agencies, if any.
13. Any damage done by the contractor to any existing works or work being executed by
other agencies shall be made good by him at his own cost.
14. The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
jurisdiction of which the work is to be executed and nothing extra shall be paid on
this account.
15. For completing the work in time, the contractor may have to work in two or more
shifts and no claims whatsoever shall be entertained on this account, not with
standing the fact that the contractor will have to pay to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the labour
regulations and the agreement entered upon and/or extra amount for any other
reasons.
16. The contractor will have to make his own arrangement for obtaining electricity
connection from the State Electricity Board and make necessary payment directly to
the department concerned and/or install generators at the site of work, if required
and nothing extra whatsoever will be payable on this account.
17. The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no claim
whatsoever shall be entertained for discrepancies in the drawings.
18. The contractor shall maintain in good condition all work executed till the completion
of entire work entrusted to the contractor under this contract.
19. No payment shall be made to the contractor for damage caused by rain, whatsoever
during the execution of works and any damage to the work on this account shall
have to be made good by the contractor at his own cost.
20. The rates for all items of work, unless clearly specified otherwise, shall include the
cost of all labour, materials, de-watering required, if any, and other inputs involved in
the execution of the items.
21. Unless otherwise provided in the schedule of quantities, the percentage rates
tendered by the contractor shall be all inclusive and shall apply to all heights,
depths, leads and lifts, except for additional height in centring and shuttering over a
height of 3.5m.
22. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants etc, would be entertained under any
circumstances.
23. For the safety of all labour directly or indirectly employed in the work the contractors
shall, in addition to the provision of CPWD safety code and directions of the
Engineer-in-Charge, make all arrangements to provide facility as per the provision
of Indian Standard Specifications (Codes) listed below & nothing extra shall be paid
on this account.

24
24

1.
2.
3.
4.
5.
6.
7.

IS 3696 Part I
IS 3696 Part II
IS 764
IS 4138
IS 7293
IS 7969
IS 4130

Safety Code for scaffolds and ladders.


Safety Code for scaffolds and ladders Part II ladders.
Safety Code for excavation work.
Safety Code for working in compressed air.
Safety Code for working with construction machinery.
Safety Code for storage and handling of building materials.
Safety Code for demolition of buildings.

24. The contractor shall take all precautions to avoid all accidents by exhibiting necessary
caution boards and by providing red flags, red lights and barriers. The contractor shall be
responsible for any accident at the site of work and consequences thereof.
25. Royalty if any payable and all other incidental expenditure shall have to be paid by the
contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected by him for the
execution of the work, direct to the concerned Revenue Authority of the State or Central
Govt. and the amount paid shall not be reimbursed in any form whatsoever.
26. Other agencies working at site will also simultaneously execute the works entrusted to them
and to facilitate their working, the contractor shall make necessary provisions e.g. holes,
openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks, etc. as may be
required from time to time. The contractor shall extend full co-operation to other agencies for
smooth execution of works by other agencies. The final finishing of the work is to be
executed in co-ordination with other agencies as directed by the Engineer-in-Charge.
27. (i) On account of security considerations, there could be some restrictions on the working
hours, movement of vehicles for transportation of materials and location of labour camp.
The contractor shall be bound to follow all such restrictions and adjust the programme
for execution of work accordingly. Nothing extra shall be paid on this account.
(ii) The contractor shall scrupulously follow all the security regulations of ITBP that would be
in force from time to time, during the period of execution of the work. He shall obtain
necessary entry gate passes for bringing in the materials and work force inside ITBP
office campus for execution of the work and he shall furnish full details of materials
collected at site of work with supporting documentary evidence. He shall be permitted to
take out surplus materials from the site of work, from the ITBP office campus, after
obtaining necessary gate pass, from the Engineer in charge or his authorized
representative.
(ii) The contractor shall not be permitted to construct labour hutments in ITBP estate. He
shall also not be permitted to allow his work men or his authorized representatives, etc.,
to stay in ITBP office campus beyond office hours.
28. Stacking of materials and excavated earth shall be done as per the directions of the
Engineer-in-Charge. Double handling of materials or excavated earth if required shall have
to be done by the contractor at his own cost.
29. In case of construction joints, the cost of applying cement slurry over the concrete surface
before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009 is included in
the relevant items of the schedule of quantities and nothing extra shall be paid on this
account.
30. Unless otherwise specified in the schedule of quantities the rates for all items of work shall
be considered as inclusive of working in or under water and/or liquid mud and/or foul
conditions including pumping or bailing out liquid mud or water accumulated in excavations
during the progress of the work from springs, tidal or river seepage, rain, broken water
mains or drains and seepage from subsoil aquifier.

25
25

31. Water supply pipe lines shall not be embedded in floor. PVC pipe casing of next
bigger diameter shall be provided in full width of wall (including finishing) when GI
pipe line crosses the wall, to protect it from corrosion. The gap between the PVC
and GI pipes shall be sealed at the ends with polysulphide or other suitable sealent.
Nothing extra shall be paid on this account.
32. Stone slabs for risers and treads of staircases and steps, where specified, shall be
of single piece of required width and length. No joint shall be permitted. The holes
of required shape and size shall be drilled in the single piece stone slabs of treads
for fixing balustrades wherever necessary. Pattern of stone slabs for landings of
staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on
this account.
33. Stone slabs used for treads of staircase shall be provided with three machine cut
grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps.
Nothing extra is payable on this account.
34. To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be covered
with a thick layer of plaster of Paris and this layer shall be maintained in good
condition till its removal. The removal of the layer of plaster of Paris and cleaning the
surface shall be done as and when decided by the Engineer-in-Charge. After the
removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to
be made good by the contractor. No extra payment shall be made for protection with
plaster of Paris, removal of plaster of Paris, cleaning and making good the damages.
35. The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.
36. In RCC work, to avoid displacement of reinforcement bars in any direction and to
ensure proper cover, only factory made round / square type cover blocks should be
used.
37. Nothing extra will be paid for centering, shuttering, reinforcement and RCC work for
sloped slabs and beams, unless otherwise specified in the item.
38. Steel bars shall be stored about 30 to 45 cms above ground and where the storage
is for more than 3 months, a coat of cement wash shall be given to the bars. Nothing
extra shall be paid towards cost of application of cement wash.
39. Some restrictions may be imposed by the State Government on quarrying of sand,
stones etc, from certain areas. For timely completion of work the contractor shall
have to bring such materials from other quarries located elsewhere.
40. The contractor shall give five years guarantee in the prescribed proforma for water
proofing items specified in the schedule of quantities. In addition to this 10% of the
executed cost of items shall be retained either in cash /fixed deposit or in the form of
bank guarantee, which shall be released after the expiry of five years from the date
of completion if no defects are found in water proofing or the defects are made good.
This amount shall be adjusted against the expenses incurred on making good the
defects if the contractor commits breach of guarantee.

26
26

41. In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.
42. It is the responsibility of the contractor to obtain necessary no objection certificate,
wherever required for approval of drawings, water supply, sanitary connection,
electricity connection, completion certificate, occupation certificate, clearance from
fire department etc.from Central Govt./ State Govt./ Development Authority /
Municipal Corporation / Zilla Parishad / Local Bodies/ Village Panchayat or any other
organization as applicable.
Nothing extra shall be paid to the contractor for obtaining such sanctions / approval /
clearance from the above bodies. However, necessary requisition and letters
required in this regard shall be given by the Department. The required fees and
other statutory deposits as may be prescribed by the above bodies shall be borne by
the Department.
43. To facilitate gas connection, holes (if required by the Engineer-in-Charge)
including suitable rubber gasket shall be provided in the kitchen platform of RCC
slab/granite/other stone slab etc,. Nothing extra will be paid on the account and
rates quoted for relevant items are inclusive of making such provision.
44. Concrete mixers to be used on the work shall have arrangement for weighing
water and controlling water cement ratio.
45.If the actual weight of reinforcement and structural steel to be used in the work
differs from standard tables the following procedure shall be followed for arriving at
the quantity for payment.
(a) If the actual weight is more than standard weight only standard weight shall be
considered for payment.
(b) If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.
46. The contractor shall arrange to keep the premises neat and clean.
The rubbish/malba and unserviceable materials shall be removed on day to day
basis.

27
27

47. BAR CHART


47.1

The Contractor shall submit a Programme Chart (Time and Progress) for each
mile stone alongwith performance guarantee and get it approved from the
Department. The chart shall be prepared in direct relation to the time stated in
the contract documents for completion of the items of the work. It shall indicate
the forecast fo the dates of commencement and completion of various trades of
sections of the work and may be amended as necessary by agreement between
the Engineer-in-charge and the contractor within the limitations of time imposed
in the contract documents, and further to ensure good progress during the
execution of the work. The contractor shall in all cases in which time allowed for
any work exceeds one month (save for special jobs for which a separate program
has been agree upon) complete the work as per milestones given in Schedule
F.

47.2

While preparing the above detailed bar chart, effort shall be made to take all
possible items of work simultaneously.

47.3

Separate bar chart should be prepared exclusively for procurement of


materials. The detailed bar chart should distinctly bifurcate the items of work and
of materials required for the execution of that item. Both should not be clubbed
together. For example, for internal plumbing work the bar chart should show the
procurement of pipe and other fittings with start and finish dates and items of
work with start and finish dates separately. Both items should be interlinked
preceeding and succeeding activity.The bar chart not indicating procurement
items separately will not be accepted.

47.4

Similarly bar chart should be prepared separately for arrangement of labour.

47.5

The bar chart so finalized and accepted by department should be got reviewed
by the department, once in a month regularly. Modified / revised bar chart shall
be prepared in the event of not adhering to the targets mentioned in the earlier
bar chart. The contractor shall augment additional resources, materials and man
power for achieving the targets, so submitted in the revised bar chart.

47.6

In addition to the above bar chart, the contractor shall submit detailed
programme of activities using MS projects software. He shall furnish the
details both in hard copies as well as soft copies. Nothing extra shall be
paid on this account.

48.

Third party quality assurance


Incase the department decides to engage third party quality assurance system,
the same will be engaged by the department and the contractor will render
necessary arrangement for the inspection of work similar to clause 16 of
agreement.

28
28

49. Procurement of centring and shuttering


The steel centring and shuttering and other connected materials required for
an area of 2000 sqm shall be made available within 30 days of stipulated date
of start of work, failing which recovery will be made at Rs.2500/- per day, till
the materials are made available at site as per satisfaction of Engineer-inCharge. The recovery will be effected in the first running account bill itself. The
material so brought shall not be removed from the site of work, unless connected
works are completed and approval of Engineer-in-Charge is obtained. The decision
of the Engineer-in-Charge in this regard shall be final and binding upon the
contractor.
50. Sample Guest room with toilet
Sample Guest room with toilet at ground floor incorporating all relevant items
including, painting, water supply and sanitary installations, electrical
installations and services be completed within 6(six)months from the
stipulated date of start, failing which recovery will be made at Rs.2500/- per
day till the same are completed to the satisfaction of Engineer-in-Charge. The
recovery toward non fulfillment of condition for sample Guest room with toilet
at ground floor compliance with GRIHA guidelines technical staff and safety
measures is non-refundable. It is over and above any other recovery including
the compensation levied (if any) under Clause-2.
51 Prevention of Nuisance and Pollution Control:
The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the occupants of the adjacent properties and to the other public in
general and to prevent any damage/ inconvenience to them from noise, dust,
smoke and other pollutants. The contractor shall make good at his cost and to the
satisfaction of Engineer-in-charge any damage to roads, paths, cross drainage
works, and or any other properties whatsoever caused due to execution of work or
by the traffic brought there on by the contractor.
52. A field laboratory shall be setup at site with minimum equipment as specified
at Page no. 50 & 51 within 45 days from the stipulated date of start of work
failing to which a penalty at Rs 5000/- per each weeks delay will be imposed
which will be recovered from the RA bills of the contractor and the recovery
shall be non refundable.
53. The list of specialized items for civil works which are to be got executed through
specialized agencies are as below:
(i)
Water Proofing treatments
(ii)
Laying of granite flooring
(iii) Aluminium doors,Windows and partitions
(iv) Ready Mix Concrete
54. SAFETY PRACTICES
(i)

WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow


signage display such as Construction Work in Progress, Keep Away, No

29
29

(i)

(ii)

Parking, Diversions & protective Barricades etc. shall be provided and


displayed during day time by the Contractor, wherever required and as
directed by the Engineer-in-Charge. These glow signage and red lights shall be
suitably illuminated during night also. The Contractor shall be solely responsible
for damage and accident caused, if any, due to negligence on his part. Also he
shall ensure that no hindrance, as far as possible, is caused to general traffic
during execution of the work. This signage shall be dismantled & taken away by
the Contractor after the completion of work, only after approval of the Engineer
in Charge. Nothing extra shall be payable on this account except for protective
barricades
SIGN BOARDS: The Contractor shall provide and erect a display board of size
and shape as required and paint over it, in a legible and workman like manner,
the details about the salient features of the project, as required by the Engineerin-Charge. The Contractor shall fabricate and put up a sign board in an approved
location and to an approved design indicating name of the project, Client/Owner,
Engineer-in-charges, Structural Consultants, Department etc. besides providing
space for names of other Contractors, Sub-Contractors and specialized agencies
within 15 days from issue of commencement letter. Nothing extra shall be
payable on this account. In case of non compliance/delay in compliance in
this, a non refundable penalty @ Rs. 2500/- per week will be imposed which
will be recovered from the immediate next R/A Bill of the Contractor.
Necessary protective and safety equipments such as helmet, safety shoes,
gloves etc shall be provided to the inspecting officers of the department, Site
Engineers, Supervisory staff, labour and technical staff of the contractor by the
Contractor at his own cost and to be used at site.

(iii)No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at
site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the
compliance of all rules / instructions issued by the relevant authorities and as per the
direction of Engineer in- Charge in this regard. Also all precautions and safety
measures shall be taken by the Contractor for safe handling of the P.O.L products stored
at site. All consequences on account of unsafe handling of P.O.L shall be borne by the
Contractor.

55.
QUALITY ASSURANCE
(i) The Contractor shall have to engage well-experienced skilled labour and deploy
modern T&P and other equipment to execute the work. Many items like exposed
finish form work, specialized flooring work, silicon sealant and backer rod fixing in
expansion joints, factory made door shutters, proper slope maintaining in toilet
units, sanitary- water supply installations will specially require engagement of
skilled workers having experience particularly in execution of such items.
(ii)

The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.

30
30

(iii)

(iv)

(v)

(vi)

In addition to the supervision of work by CPWD engineers, the Senior officers of CPWD,
CTE Organization, QCTA team of CPWD and Consultants deployed by the ITBP/CPWD
shall also be carrying out regular and periodic inspection of the ongoing activities in the
work and deficiencies, shortcomings, inferior workmanship pointed out by them shall be
communicated by CPWD engineers to the contractor. Upon receipt of instructions from
Engineer-in-Charge these are also to be made good by necessary improvement,
rectification, replacement upto his complete satisfaction. Special attention shall be paid
towards line and level of internal and external plastering, exposed smooth surface of
RCC members by providing fresh shuttering plates, rubberized linings to all the
shuttering joints, accurate joinery work in wooden doors and windows, thinnest joints in
stone/ tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick masonry, proper compaction of filled up earth
etc. to achieve an Institution of International standards and up keeping of quality
assurance shall be of paramount importance, as such.
The Contractor shall submit, within 20 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all respects, shall
comply with the requirements of the specifications and shall pass all the tests required
as per specifications as applicable or such specifications / standards as directed by the
Engineer-in-Charge. However, keeping the Quality Assurance in mind, the Contractor
shall submit, on request from the Engineer-in- Charge, his own Quality Assurance
procedures for basic materials and such items, to be followed during the execution of the
work, for approval of the Engineer-in-Charge.
All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge which shall be preserved till the completion
of the work. If a particular brand of material is specified in the item of work in Schedule of
Quantity, the same shall be used after getting the same approved from Engineer-InCharge. Wherever brand / quality of material is not specified in the item of work, the
contractor shall submit the samples as per suggested list of brand names given in the
tender document / particular specifications for approval of Engineer-In-Charge. For all
other items, materials and fittings of ISI Marked shall be used with the approval of
Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of repute
conforming to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge.
The Contractor shall procure and provide all the materials from the manufacturers
/ suppliers as per the list attached with the tender documents, as per the item description
and particular specifications for the work. The equivalent brand for any item shall be
permitted to be used in the work, only when the specified make is not available. This is,
however, subject to documentary evidence produced by the contactor for non-availability
of the brand specified and also subject to independent verification by the Engineer-inCharge. In exceptional cases, where such approval is required, the decision of Engineer
in charge as regards equivalent make of the material shall be final and binding on the
Contractor. No claim, whatsoever, of any kind shall be entertained from the Contractor
on this account. Nothing extra shall be payable on this account. Also, the material shall
be procured only after approval of the Engineer in charge.

(vii) All materials whether obtained from Govt. stores or otherwise shall be got checked by
the Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site
before use.

31
31

(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineerin- Charge. The samples shall be taken for carrying out all or any of the
tests stipulated in the particular specifications and as directed by the Engineer-inCharge or his authorized representative.
(ix)

All the registers of tests carried out at Construction Site or in outside laboratories and all
material at site (MAS) registers including cement register shall be maintained by the
contractor which shall be issued to the contractor by Engineer-in-charge. All the entries
in the registers will be made by the designated Engineering Staff of the contractor and
same should be regularly reviewed by JE/AE/AEE/EE. Contractor shall be responsible
for safe custody of all the registers.

56. INSURANCE POLICIES


Before commencing the execution of work, the Contractor shall, without in any
way limiting his obligations and liabilities, insure at his own cost and expense
against any damage or loss or injury, which may be caused to any person or
property, at site of work. The Contractor shall obtain and submit to the Engineerin-Charge Contractors All Risk Insurance Policy for an amount 1.10 times the
contract amount for this work, with Engineer-in-Charge as the first beneficiary.
The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the
Department from any liability during the execution of the work. Further, he shall
obtain and submit to the Engineer-in-Charge, a third party insurance policy
for maximum Rs.10 lakh for each accident, with the Engineer-in-Charge as
the first beneficiary. The insurance shall be obtained in joint names of
Engineer-in-Charge and the Contractor (who shall be second beneficiary).The
Contractor shall, from time to time, provide documentary evidence as regards
payment of premium for all the Insurance Policies for keeping them valid till the
completion of the work. The Contractor shall ensure that Insurance Policies are
also taken for the workers of his Sub-Contractors / specialized agencies also.
Without prejudice to any of its obligations and responsibilities specified above,
the Contractor shall within 10 days from the date of letter of acceptance of the
tender and thereafter at the end of each quarter submit a report to the
Department giving details of the Insurance Policies along with Certificate of these
insurance policies being valid, along with documentary evidences as required by
the Engineer-in-Charge. No work shall be commenced by the Contractor unless
he obtains the Insurance Policies as mentioned above. Also, no payment shall be
made to the Contractor on expiry of insurance policies unless renewed by the
Contractor. Nothing extra shall be payable on this account. No claim for
hindrance (or any other claim) shall be entertained from the contractor on these
accounts.
57

58

Any dispute arising out of this bid including dispute related to encashment
of any Bank Guarantee/ FDR etc, shall be subject to the jurisdiction of
courts of Karnataka State only.
Unless otherwise specified, nothing extra, whatsoever shall be paid for executing
the work as per the above SPECIAL CONDITIONS from serial number 1 to 57.

32
32

SPECIAL CONDITIONS FOR


CONTRACTOR CEMENT

CEMENT

AND

STEEL

BROUGHT

BY

THE

The contractor shall procure cement as per items of schedule of quantities of the work, from
reputed manufacturers of cement such as ACC, Ultratech, Zuari cement and Dalmia Bharat
cement or from any other reputed cement manufacturer having a production capacity not
less than one million tones per annum as approved by ADG, SSR II. The tenderers may also
submit a list of names of cement manufacturers which they propose to use in the work. The tender
accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the
tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender
accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partially. Supply of cement shall be taken in 50kg bags bearing manufacturers name and ISI
marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge
and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that
the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall
stand rejected and shall be removed from the site by the contractor at his own cost within a weeks
time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should be
brought to site atleast 30 days before they are to be used / consumed in the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by
the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2 months requirement shall be
constructed by the contractor at site of work for which no extra payment shall be made. Double
lock provision shall be made to the door of cement godown. The keys of one lock shall remain with
Engineer-in-Charge or his authorized representative and keys of the other lock shall remain with the
contractor. The contractor shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-inCharge or his authorized representatives.
The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only
after satisfactory test results have been received. The contractor shall supply free of charge the
cement required for testing including its transportation cost to testing laboratories. The frequency
and details of the tests shall be decided by the Engineer-in-Charge depending on the quantum of
supply in each batch. The cost of tests shall be borne by the contractor / Department in the manner
indicated below:
(a) By the contractor, if the results show that the cement does not conform to the relevant BIS
codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
The actual consumption of cement on work shall be regulated and proper accounts be
maintained by the contractor. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid
therein. In case the cement consumption is less than theoretical consumption including permissible
variation, recovery at rate so prescribed shall be made. In case of excess consumption no
adjustment shall be made.
Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.

33
33

Damaged cement shall be removed from the site immediately by the contractor on receipt of a
notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such
notice, the Engineer-in-charge shall get it removed at the cost of the contractor.
The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on
well consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2
and 10 bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in
each line. Actual size / shape of go down shall be as per site requirement and nothing extra shall be
paid on this account. The decision of Engineer-in-charge regarding capacity shall be final.
Cement register for the cement shall be maintained at site. The account of daily receipts and
issues of cement shall be maintained in the register in the proforma prescribed and signed daily by
contractor or his authorized agent.
4.0 STEEL
4.1

The contractor shall procure TMT bars of Fe500 D grade from primary steel
producers such as SAIL, Tata steel Ltd., RINL, Jindal steel & Power Ltd., and JSW
Steel Ltd, or any other producer as approved by CPWD who are using iron ore as the
basic raw material / input and having crude steel capacity of 2.0 Million tones per
annum and above. The TMT bars procured from primary producers shall conform to
manufacturers specifications.
In case of non-availability of steel from primary producers the contractor may be permitted by
the Engineer-in-charge to use TMT reinforcement bars procured from steel producers
having integrated steel plants (ISPS) using iron ore as the basic raw material for
production of crude steel which is further rolled into finished shapes in house having
crude steel capacity of 0.5 million tonne per annum and more In case of non availability
of steel from primary producers as well as ISPS then the Engineer-in-charge may also
permit use of TMT reinforcement bars procured from secondary producers. In such
cases following conditions shall apply.
The grade of the steel shall be Fe 500 D as per IS 1786:2008.The secondary producers must
have valid BIS licence to produce HSD bars conforming to IS 1786: 2008. In addition to BIS
licence, the secondary producer must have valid licence from either of the firms Tempcore,
Thermex, Evcon Turbo & Turbo Quench to produce TMT bars. The TMT bars procured from
secondary producers shall conform to the specifications as laid by Tempcore, Thermex,
Evcon Turbo & Turbo Quench as the case may be.
The specifications of TMT bars procured either from primary producers, ISPS or secondary
producers, shall meet the provisions of IS 1786: 2008 pertaining to Fe500 D grade of steel.

The quoted rate of contractor will be reduced by an amount as mentioned in the


nomenclature of item for steel reinforcement work.
4.2
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in
respect of all supplies of steel brought by him to the site of work.
4.3

Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions
in this regard in relevant BIS codes. In case the test results indicate that the steel arranged
by the contractor does not conform to the specifications as defined under para 2.1 above,
the same shall stand rejected, and it shall be removed from the site of work by the
contractor at his cost within a weeks time of written orders from the Engineer-in-charge to
do so.

34
34

4.4

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

4.5

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

4.6

For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of
sufficient length shall be cut from each size of the bar at random, and at frequency not less
than that specified below:Size of bar
Under 10mm dia
10 mm to 16mm dia
Over 16 mm dia

4.7

For consignment below 100 tonnes

For consignment over 100


tonnes
One sample for each 25 tonnes or One sample for each 40
part thereof
tonnes or part thereof
One sample for each 35 tonnes or One sample for each 45
part thereof
tonnes or part thereof
One sample for each 45 tonnes or One sample for each 50
part thereof
tonnes or part thereof

The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor /
Department in the manner indicated below:

a) By the contractor, if the results show that the steel does not conforms to relevant BIS codes.
b) By the Department, if the results show that the steel conforms to relevant BIS codes.
4.8

The actual issue and consumption of steel on work shall be regulated and proper accounts
shall be maintained as provided in clause 10 of the contract. The theoretical consumption of
steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall
be governed by conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations, recovery at the rate so prescribed shall be
made. In case of excess consumption, no adjustment needs to be made.

4.9

The steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.

35
35

Ultrasonic Pulse Velocity test for RCC


In addition to standard test for strength of concrete as specified in the CPWD
Specification 2009 Vol.I under Clause 5.4.1 and 5.4.9.1. Pulse velocity test for reinforced
concrete as per IS 13311 (Part-I) 1992 is to be conducted for all RCC works as a routine
test.

Ultrasonic Pulse Velocity test is a non destructive test meant to measure the
physical properties of concrete related to its strength.

The underlying principle of assessing the quality of concrete is that comparatively


higher velocities are obtained when the quality of concrete in terms of density, homogeneity
and uniformity is good. The consistency of the concrete as regards its general quality gets
established. In case of poorer quality lower velocities are obtained. If there are cracks,
voids or flaws inside the concrete which come in the way of transmission of pulse, lower
velocities are obtained.
The quality of concrete in terms of uniformity, incidence or absence of internal flaws,
cracks and segregation etc., indicative of the level of workmanship employed, can thus be
assessed using the guidance given in table below, which have been evolved for
characterising the quality of concrete in structure in term of the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading

Sl. No.

Pulse velocity by Cross


Probing (km / sec)

Concrete Quality Grading

Above 4.5

Excellent

4.5 to 3.5

Good

3.5 to 3.0

Medium

Below 3.0

Doubtful

Note : In case of doubtful quality it may be necessary to carry further tests.


Good and excellent grading are acceptable and below these grading the
concrete shall not be accepted.

36
36

5% of the total number of RCC members in each category i.e. beam, column, slab
and footing shall be tested by UPV test method for establishing quality of concrete. The test
shall be conducted on RCC beam near joint with column, on RCC column near joint with
beam, on RCC footings and rafts. On RCC rafts a suitable grid can be worked out for
determining number of tests. In addition doubtful areas such as honeycombed locations,
locations where continuous seepage is observed, construction joints and visible loose
pockets shall also be tested.
The test results are to be examined in view of the above acceptance criteria Good
and Excellent and wherever concrete is found with less than required quality as per
acceptance criteria, repairs to concrete shall be made. Honeycombed areas and loose
pockets shall be repaired by grouting using Portland Cement Mortar / Polymer Modified
Cement Mortar / Epoxy Mortar etc., after chipping loose concrete in appropriate manner. In
areas where concrete is found below acceptance criteria and defects are not apparently
visible on surface, injecting approved grout in appropriate proportion using epoxy grout /
acrylic Polymer modified cements slurry made with shrinkage compensating cement / plain
cement slurry etc., shall be resorted to for repairs with the approval of Engineer-in-charge.
Repair to concrete shall be done till satisfactory results are obtained as per the acceptance
criteria by retesting of the repaired area. If satisfactory results are not obtained dismantling
and relaying of concrete should be done.

The test charges shall be borne by the contractor and the no. of test to be carried
out shall be as decided by the Engineer-in-charge which shall be final and binding on the
contractor.

37
37

PARTICULAR SPECIFICATIONS FOR ALUMINIUM WORK


1.0 Aluminium Doors, Windows and Ventilators
1.1. Powder coated aluminium doors, windows, ventilators and fixed glazing shall be generally
as per the architectural drawing and shall be fabricated using aluminium alloy standard
extruded sections of "JINDAL", "INDAL" or equivalent as approved by the Engineer-inCharge. Alternatively, the contractor shall submit the drawings indicating the sections
proposed to be used by him and the fixing arrangement for approval. The Engineer-inCharge shall have the right to reject or modify these drawings before approval and the
contractor is bound to execute the work in accordance with drawings approved by the
Engineer-in-Charge. The powder coating shall be done to a minimum thickness of 60
micron conforming to European standard Qualicoat class -2 or American standard AAMA
2604-05.
1.2. Samples of doors, windows and ventilators as per the drawings approved by the Engineerin-Charge shall be fabricated and got approved by the Engineer-in-Charge before taking up
the execution of these items of work.
1.3. The aluminium sections shall be jointed to each other wherever required with extruded
aluminium angle cleats of suitable size and of thickness not less than 6mm for doors and
4mm for windows and ventilators with stainless steel screws. Unless otherwise specified all
joints shall be mitered..
1.4. Various tests on aluminium sections shall be conducted in accordance with the relevant
provisions of IS: 1868 ( anodic coatings on aluminium and its alloys) and IS:5523 ( Method
of testing anodic coating on aluminium and its alloys).
1.5. The fabricated aluminium frame work shall be given a lacquer coating which shall be
maintained during the entire period of construction to prevent damage to the anodic coating
of aluminium sections. The surface shall be cleaned and polished before handing over the
works.
1.6. The doors, windows, ventilators, fixed glazing etc. individually or forming composite unit
shall be provided with glazing and panelling as specified with neoprene felt. Glazing and
panelling shall be fixed with aluminium snap beading. The sliding shutters of windows shall
be provided with nylon pullers with concealed bearings, aluminium stoppers and special
locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of
sliding windows shall be provided with PVC/ neoprene weather sealing gaskets. The
windows with side hung shutters shall be provided with best quality heavy type anodized
aluminium hinges with stainless steel pins/bolts, anodized aluminium peg stays and
fasteners of suitable size and shape.
1.7

For the purpose of payment, the weight of each door, window, ventilator, louvered window,
fixed glazing etc. individually or forming composite unit shall be the actual weight of
extruded aluminium sections, cleat angles and aluminium snap beading excluding the
weight of all fittings & fixtures. If the variation between the actual unit weight and unit
weight specified in the manufacturers catalogue is more than +10%,The materials shall be
rejected as being substandard. The cost of hinges, locking arrangements, gaskets,
stainless steel screws, pins/bolts etc and the wastage of extruded aluminium sections shall
be deemed to be included in the agreement rate and nothing extra whatsoever shall be
payable. Panelling and glazing shall be paid separately.

38
38

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS


AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS
The agreement made this ...........................day of ....................two thousand
and........................ Between ..........................son of ...........................of .....................
(hereinafter called the guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter
called government of the other part).
Whereas this agreement is supplementary to a contract ( hereinafter called the contract)
dated............. and made between the GUARANTOR of the one part and the government 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 GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water
proofing treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak-proof and the minimum life of such water proofing
treatment shall be five years to be reckoned from the date after the maintenance period
prescribed in the contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the engineer-in-charge with regard to cause of leakage shall be final.
During this period of guarantee the guarantor shall make good all defects and in case of any
defect being found, render the building water-proof to the satisfaction of the engineer-incharge at his cost, and shall commence the work for such rectification within seven days from
the date of issue of the notice from the engineer-in-charge calling upon him to rectify the
defects, failing which the work shall be got done by the department by some other contractor
at the GUARANTOR'S cost and risk. The decision of the engineer-in-charge as to the cost,
payable by the guarantor shall be final and binding.

39
39

That if GUARANTOR fails to execute the water proofing or commits breach there under then
the GUARANTOR will indemnify the principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and/or damage and/or cost incurred by the government the decision
of the engineer-in-charge will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor.....................
and by .....................and for and on behalf of the PRESIDENT OF INDIA on the day, month
and year first above written.
Signed, sealed and delivered by OBLIGOR in the presence of -1.
2.

Signed for and on behalf of the PRESIDENT OF INDIA by ........................ In the presence of
-1.
2.

40
40

FORM OF EARNEST MONEY DEPOSIT


BANK GUARANTEE BOND
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 Executive Engineer, Bangalore Central Division III, CPWD, Bangalore
(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 Executive Engineer,
Bangalore Central Division III, CPWD, Bangalore 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 Executive
Engineer, Bangalore Central Division III, CPWD, Bangalore
(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 Executive Engineer, Bangalore Central Division III, CPWD,
Bangalore either upto the above amount or part thereof upon receipt of his first written
demand, without the Executive Engineer, Bangalore Central Division III, CPWD,
Bangalore having to substantiates his demand, provided that in his demand the Executive
Engineer, Bangalore Central Division III, CPWD, Bangalore will note that the amount
claimed by his 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 Executive Engineer, Bangalore Central Division III, CPWD,
Bangalore, 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 .............
WITNESS ..................

SIGNATURE OF THE BANK


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.

41
41

Form of Performance Security (Guarantee)


Bank Guarantee Bond
In consideration of the President of India (hereinafter called The Government) having offered to
accept the terms and conditions of the proposed agreement between.and
.....................

(hereinafter

called

the

said

Contractor(s))

for

the

work (hereinafter called the said agreement) having


agreed

to

production of

an

irrevocable

Bank

Guarantee

for

Rs.

(Rupees

only) as a security/guarantee from the contractor(s) for compliance of


his obligations in accordance with the terms and conditions in the said agreement.
1. We, . (hereinafter referred to as the Bank) hereby undertake to pay
to the Government an amount not exceeding Rs. .. (Rupees.
Only) on demand by the Government.
2. We, .(indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand from the
Government stating that the amount claimed as required to meet the recoveries due or likely to be
due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards
the amount due and payable by the bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. .. (Rupees
.only)
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment thereunder and the Contractor(s) shall have no claim against us for making
such payment.
4. We, . (indicate the name of the Bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in- Charge on behalf of the Government certified that the terms and
conditions of the said agreement have been fully and properly carried out by the said Contractor(s)
and accordingly discharges this guarantee.
5. We,... (indicate the name of the Bank) further agree with the Government
that the Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to

42
42

extend time of performance by the said Contractor(s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Government against the said contractor(s)
and to forbear or enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation, or extension being granted to
the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).
7. We, . (indicate the name of the Bank) lastly undertake not to revoke this
guarantee except with the previous consent of the Government in writing.
8. This guarantee shall be valid up to unless extended on demand by the
Government Not withstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. (Rupees ..) and unless a claim in writing is lodged
with us within six months of the date of expiry or the extended date of expiry of this guarantee all
our liabilities under this guarantee shall stand discharged. Dated the ..day of
for.(indicate the name of the Bank)

43
43

LIST OF APPROVED MAKE OF MATERIALS


(FOR CIVIL WORKS)

Sl.
No.
1
2
3
4
5

Materials
DAMP PROOF MATERIAL
STRUCTURAL STEEL SECTIONS
ADMIXTURE
WHITE CEMENT
WATER PROOFING COMPOUND

6
7
8

BITUMEN
LOCKS / LATCH
LAMINATES

PRELAMINATED PARTICLE BOARD

10

ADHESIVE

11
12
13

EPOXY MORTAR
DASH FASTNERS
FLUSH DOOR SHUTTERS (NON
DECORATIVE)
FRP DOOR FRAME
GLASS FRP DOOR SHUTTERS
BOARD & PLYWOOD

14
15
16
17
18

HYDRAULIC DOOR CLOSER /


FLOOR SPRING
S.S.STAIRCASE RAILING

19
20
21
22

FIRE CHECK DOOR


SMOKE SEAL STRIP
DOOR CLOSER LOCK
PANIC EXIT DEVICE

23
24

DOOR COORDINATOR
ANODISED ALUMINIUM HARDWARE
(HEAVY DUTY)
TEMPERED GLASS

25

26
27
28

POLYSTER POWDER COATED


SHADES
ALUMINIUM SECTIONS
FRICTION STAY HINGES

Approved make
IMPERMO, DURASEAL, ACCO-PROOF
TATA, SAIL, RINL
FOSROC, MC, SIKA, BASF
J.K. WHITE, BIRLA WHITE
TAPCRETE, CICO, ACCOPROOF,
IMPERMO, FOSROC
INDIAN OIL, HINDUSTAN PETROLEUM
GODREJ, HARRISON, LINK
FORMICA, DECOLAM, MERINO,
ROYAL TOUCHE
NOVOPAN, KITIAM, ARCHID PLY,
CENTURY
PIDILITE, DUNLOP, VAMORGANIC,
SIKA, FOSROC
FOSROC, SIKA, BASF
HILTI, FISHER, CANON, BOSCH
KITPLY, CENTURY, GREENPLY,
ARCHID PLY
POLYLINE, DUROPLAST, CACTUS
POLYLINE, DUROPLAST, CACTUS
DURO, KITPLY, CENTURY, ARCHID
PLY, GREENPLY
HARDWYN, GODREJ, DORMA
CONNECT ARCHITECTURAL
PRODUCTS PVT. LTD., JINDAL
STAINLESS STEEL LTD., ICICH
INDUSTRIES, ESSAL
MPP SCHODDERS, SHAKTI
IMPORTED PROMAT / ASTRO FLAME
INGERSOLL RAND / DORMA
INGERSOLL RAND / MONARCH /
DORMA
UL LISTED / MONARCH
HARDIMA,EVERITE,SIGMA (ISI
MARKED)
MODI FLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL
NEROLAC, BERGER, J&N
JINDAL, HINDALCO, INDALCO
EARL-BIHARI

44
44

29
30
31
32
33

NUTS, BOLTS AND SCREWS, STEEL


EPDM GASKET
STRUCTURAL SILICON
WEATHER SILICON
GLAZED CERAMIC TILES

34
35

CEMENT CONCRETE TILES /


HARDONITE TILES
VITRIFIED TILES

36

TILE ADHESIVE

37
38

CHEQUERED TERRAZO TILES


CLAY TILES ON ROOF

39

CC PAVERS

40
41
42
43
44
45
46
47
48
49
50

GRASS PAVER
WATER PROOF CEMENT PAINT
SYNTHETIC ENAMEL PAINT
ACRYLIC EMULSION PAINT
VITREOUS CHINA SANITARYWARE
FIRECLAY SINK & DRAIN BOARDS
STAINLESS STEEL SINKS
C. P. BRASS FITTINGS
LA (CI) PIPES
G. I. PIPES
G. I. FITTINGS (MALLEABLE CAST
IRON)
GUNMETAL VALVES
STONEWARE PIPE & GULLY TRAPS
R.C.C. PIPES (NP-2)
MS PIPES
C.I.DOUBLE FLANGED SLUICE
VALVES
UPVC PIPE
COPPER TUBES / PIPES
COPPER FITTINGS
BALL VALVES
UNGLAZED VITRIFIED TILES

51
52
53
54
55
56
57
58
59
60
61
63
64

65

INJECTION GROUTING
NION METALIC SURFACE HARDNER
SOIL, WASTE & VENT PIPES &
FITTINGS (A) CENTRIFUGAL CAST
IRON
BUTTERFLY VALVES

KUNDAN, PRIYA, ATUL


HANU / ANAND
DOW CORNING / WACKER / GE
DOW CORNING / WACKER / GE
JOHNSON, SOMANY, KAJARIA, BELL
CERAMICS, NITCO, ORIENT, ASIAN
NITCO, NTC, HINDUSTAN, PODDAR
GRANITO, NAVIN DIAMOND, KAJARIA,
JOHNSON (MARBONITE) DECOLITE
(GRANOLITE), SOMANY, ASIAN
CICO, PIDILITE, PERROUS, FOSROC,
SIKA
NITCO, BHART, PODDAR
KENJAI, JOHNSON, COMMON
WEALTH TRUST (IND) LTD
NITCO-(ROCKARD), BHARAT(NILSAN) REGENCY
UNISTONE, ULTRA
SNOWCEM, ASIAN
BERGER, NEROLAC, ASIAN, ICI
ASIAN, BERGER, NEROLAC, ICI
PARRYWARE, HINDWARE
PARRY, SUNFIRE
NILKANTH, AMC, COBRA
JAQUAR, PARKO, MARC, NOVA
RIF, NECO
TATA, JINDAL, HISSAR
UNIK, ICS
LEADER, SANT, ZOLOTO
PERFECT, PARRY
LAKSHMI SOOD & SOOD, JAIN & CO.,
KESORAM, ELECTRO STEEL
KIRLOSKAR, IVC, BURN
SUPREME, PRINCE, FINOLEX
RAJCO, MAX FLOW ABC
YORKSHINE, IBP, BCONEX
ZOLOTO, IBP, ARCO
JOHNSON (ENDURA), SOMANY
(DURA STONE), REGENCY (TILES)
FOSROC, SIKA
FOSROC, SIKA, PIDLITE
NECO, SKF

AUDCO, ZOLOTO OR EQUIVALENT

45
45

66
67
68
69

CPVC pipes
RMC
Glass panes, float glass, mirror
Plastic WC seat cover

70
71
72
73

PVC tank and loft tank (ISI marked)


Brass stop cock, bib cock, ball valve
SW pipes and GI pipes
SFRC manhole cover,

FLOWGUARD, ASHIRVAD
ULTRATECH, LAFARGE, ACC
Saint Gobain, Atul, Modiguard
Commander, Admiral, Sea bird, Hindware
(solid heavy duty)
Sintex, SPL, Amitex, Lotus
Link, Prima,leader
Anand, perfect, perry
KK manhole, pragati, Nitco

NOTE: Equivalent material and finishes of any other specialized firms may be used , in
case it is established that the brands specified above are not available in the market but
only after approval of the alternate brand by the Engineer-in-charge.

46
46

ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C.


WORK (DESIGN MIX CONCRETE )
(Before start of RCC work concrete Mix Design shall be got done by the
contractor from a NABL accredited laboratory/ IIT/ NIT laboratory with the
approval of Engineer-in-Charge. The RCC Work shall be carried out as per the
Mix Design approved by the Engineer-in-charge,)
GENERAL:1

The RCC work shall be done with RMC or Design Mix Concrete, unless otherwise specified
in the nomenclature of items, wherever letter M has been indicated , the same shall imply
for the Design Mix Concrete. The Ready Mix Concrete shall be as per IS : 4926 and as per
CPWD Specification and guide lines. For the nominal mix in RCC, CPWD specification
shall be followed. The Design Mix Concrete will be designed based on the principles given
in IS : 456, 10262 and SP 23. The contractor shall carry out design mixes for each class of
concrete indicating that the concrete ingredients and proportions will result in concrete mix
meeting requirements specified. The cement shall be actually weighed as presumption of
each bag having 50 kg shall not be allowed. In case of use of admixture, the mix shall be
designed with these ingredients as well. The specification mentioned herein below shall be
followed for Design Mix Concrete.
INGREDIENTS
i)
i)
ii)
iii)

Coarse Aggregate :- As per CPWD Specifications


Fine Aggregate :- As per CPWD Specifications.
Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be PPC (in bags) conforming to
IS : 1489 : Part-I.

Admixture:- Type of Admixture shall be got approved from Engineer-in-Charge.


Admixtures of approved quality shall be mixed with concrete to achieve the desired
workability within specified water cement ratio. The admixture shall conform to IS : 9103.
The chloride content in the admixture shall satisfy the requirement of BS : 5075. The total
amount of chlorides in the admixture mixed concrete shall also satisfy the requirements of IS
: 456-2000

The contractor shall not be paid anything extra for admixture required for achieving
desired workability without any change in specified water cement ratio for RCC / CC work.

Grade of concrete:- The characteristic compressive strength of


concrete shall be given as below :Sl. Grade
No Designation

(i) M-25

various

grades

of

Compressive
strength on
15cm cubes min
7 days ( N/mm2)

Specified
characteristic
compressive
strength at 28
days (N/mm2)

Minimum
cement
content*
(kg per
cum)

Maximum
water cement
ratio

As per Design

25

As
per IS
456

As
per IS
456

The Concrete mix will be designed for minimum workability as specified in para 7 of IS4562000

47
47

6. WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE


OR AS DECIDED BY ENGINEER IN CHARGE.
Degree of
Workability

Slump (mm)

(1)
Lightly reinforced sections in slabs,
beams, walls, columns

(2)
Low

(3)
25-75

Heavily reinforced section in slabs,


beams, walls, columns.

Medium

50-100

Pumped concrete

Medium

75-100

Placing Conditions

The recommended values of slump for various members to confirm IS 456

In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm Cube at 28 days expressed in N/mm2

The concrete design mix with or without admixture will be got cementious material carried
out by the contractor by any reputed NABL accredited laboratory as per direction of
Engineer-In-Charge.

10

For such approval various ingredients for mix design as submitted by contractor shall be
sent to the lab / test houses through the Engineer-In-Charge of the project and got it tested
in approved laboratories as may be decided by the Engineer-in-charge. Sample of
aggregate sent shall be preserved at site by the department for each different set of Coarse
aggregates & Fine aggregates , fresh design shall be done and got approved by the
Department. The admixture if used by contractor shall be at his own cost without any extra
payment.

11

* Note : For RMC OPC shall be used in combination with GGBS as per nomenclature of
item. Incase of Portland Pozzolona Cement the cement content shall be including fly ash
content added during production of PPC at the cement plant/factory.

12

In case of change of source or characteristic properties of the ingredients used in the


concrete mix during the work, a revised laboratory mix design report conducted in approved
by Engineer-In-Charge shall be submitted by the contractor as per the direction of the
Engineer in charge.

13

APPROVAL OF DESIGN MIX


(i)
The mix design for a specified grade of concrete shall be done for a target
mean compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 days
s = Standard deviation which depends on degree of quality control.
(ii)

(iii)

14

The degree of quality control for this work is good for which the standard deviation
(s) obtained for different grades of concrete shall be as per IS relevant IS Standards/
Codes.
Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only to
indicate the strength to be attained at 28 days.

CHARGES FOR DESIGN MIX


(i)

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

48
48

15
(i)

(i)

DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT
Proportioning Concrete
In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates.
Water shall either be measured by volume in calibrated tanks or weighed. All
measuring equipment shall be maintained in a clean and serviceable condition. The
amount of mixing water shall be adjusted to compensate for moisture content in both
coarse and fine aggregates. The moisture content of aggregates shall be determined in
accordance with IS : 2386 (Part III). Suitable adjustments shall also be made in the
weights of aggregates to allow for the variation in weight of aggregates due to variation
in moisture content.
Production of Concrete
The concrete shall be RMC .produced in a central batching and mixing plant with,
computerized printing for contents and admixture dosage. The batching plant shall be
fully automatic. Automatic batcher shall be charged by devices which, when actuated
by a Single starter switch will automatically start the weighing operation of each
material and stop automatically, when the designated weight of each material has been
reached. The batching plant shall have automatic arrangement for dispensing the
admixture and shall also be capable of discharging water in more than one stage. A
print out from the batching plant for every lot shall be submitted. A batching plant
essentially shall consist of the following components :Separate storage bins for different
sizes of aggregates, silo for cement; and water storage tank.
a.
b.
c.
d.
e.

(ii)

(iii)

Batching equipment
Mixers
Control panels
Mechanical material feeding and elevating arrangements
The Contractor shall arrange for inspection of automatic batching plant within
seven days of issue of letter of award to facilitate inspection and approval of
same by Engineer-In-Charge. Nothing extra will be paid for this.
The compartments of storage bins for aggregates shall be approximately of equal size.
The cement compartment shall be centrally located in the batching plant. It shall be
watertight and provided with necessary air vent, aeration fittings for proper flow of
cement & emergency cement cut off gate. The aggregate and sand shall be charged by
power operated centrally revolving chute. The entire plant from mixer floor upward shall
be enclosed and insulated. The batch bins shall be constructed so as to by selfcleansing during drawdown. The batch bins shall in general conform to the requirements
of IS :4925.
The batching equipment shall be capable of determining and controlling the prescribed
amounts of various constituent materials for concrete accurately i.e. water, cement,
sand, individual size of coarse aggregates etc. The accuracy of the measuring devices
shall fall within the following limits.
Measurement of Cement

2% of the quantity of cement in each batch

Measurement of Water

3% of the quantity of water in each batch

Measurement of Aggregate

3% of the quantity of aggregate in each batch

Measurement of Admixture

3% of the quantity of admixture in each batch

49
49

16

Mixing Concrete
The mixer in the batching plant shall be so arranged that mixing action in the mixers
can be observed from the operators station. The mixer shall be equipped with a
mechanically or electrically operated timing, signaling and metering device which will
indicate and assure completion of the required mixing period. The mixer shall
have all other components as specified in IS : 4925.

17
(i)

(ii)

(iii)

18

Transportation, Placing and Compaction of Concrete


Mixed concrete from the batching plant shall be transported to the point of placement by
transit mixers or through concrete pumps or steel closed bottom buckets capable of
carrying 6 cum concrete. In case the concrete is proposed to be transported by transit
mixer, the mixer speed shall not be less than 4 rev/ min. of the drum nor greater than a
speed resulting in a peripheral velocity of the drum as 70 m / minute at its largest
diameter. The agitating speed of the agitator shall be not less than 2 rev / min. nor more
than 6 rev / min. of the drum. The number of revolutions of the mixing drum or blades at
mixing speed shall be between 70 to 100 revolutions for a uniform mix, after all
ingredients, have been charged into the drum. Unless tempering water is added, all
rotation after 100 revolutions shall be at agitating speed of 2 to 6 rev / min. and the
number of such rotations shall not exceed 250. The general construction of transit mixer
and other requirements shall conform to IS : 5892.
In case concrete is to be transported by pumping, the conduit shall be primed by
pumping a batch of mortar / thick cement slurry through the line to lubricate it. Once the
pumping is started, it shall not be interrupted (if at all possible) as concrete standing idle
in the line is liable to cause a plug. The operator shall ensure that some concrete is
always there in the pump-receiving hopper during operation. The lines shall always be
maintained clean and shall be free of dents.
Materials for pumped concrete shall be batched consistently and uniformly. Maximum
size of aggregate shall not exceed one-third of the internal diameter of the pipe. Grading
of aggregate shall be continuous and shall have sufficient ultra fine materials (materials
finer than 0.25mm). Proportion of fine aggregates passing through 0.25mm shall be
between15 & 30% and that passing through 0.125 mm sieve shall not be less than 5%
of the total volume of aggregate. When pumping long distances and through hot
weather, set- retarding admixtures may be used. Admixtures to improve workability can
be added. Suitability of concrete shall be through pumping shall be verified by trial mixes
and by performing pumping tests.

PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING


CONFIRMATORY TEST AT FIELD LAB.
(i)

The contractor shall make the cubes of trial mixes as per approved Mix design at site
laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days
and 28 days. Test cubes shall be taken from trial mixes as follows.
For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved , the evaluation of test results will
be done as per IS : 456-2000.

50
50

19

WORK STRENGTH TEST


TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling.
Each test shall be conducted on six specimen, three of which shall be tested at 7 days and
remaining three at 28 days. Additional samples shall be prepared, if required, as per
direction of Engineer in charge for testing samples cured by accelerated method as
described in IS : 9103.
TEST RESULTS OF SAMPLE
The test results of the sample shall be the average of the strength of three specimen. The
individual variation shall not be more than + - 15 percent of the average. If more, the test
results of the sample are invalid. 90% of the total tests shall be done at the laboratory
established at site by the contractor and remaining 10% in the laboratory of Government
Engineering colleges, or in any other approved laboratory as directed by the Engineer-incharge.

20

STANDARD FOR ACCEPTANCE


i)

Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.

ii)
In order to keep the floor finish as per direction of Engineer-in-charge and as
per Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the time
of its centering, shuttering and casting for which nothing extra shall be paid to the
contractor

51
51

LIST OF EQUIPMENT FOR SITE LABORATORY


(a)

FIELD EQUIPMENT

1.

Balances
(i)
7kg. To 10 kg. capacity, semi-self indicating type accuracy 10 gm.
(ii)
500 gm. capacity, semi-self indicating type accuracy 1 gm.
(iii)
Pan balance 5 kg. capacity accuracy 10 gms.

2.

Ovens-electrically operated, thermostatically controlled upto 110 degree


centigrade sensitivity 1 degree centigrade.

3.

Sieves: as per IS 460-1962.


(i)
I.S. sieves 450mm internal dia, of sizes 100mm, 80mm, 63mm,
50mm, 40mm, 25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm,
complete with lid and pan.
(ii)
I.S.sieves- 200mm internal dia ( brass frame) consisting of 2.36mm,
1.18mm, 600 microns, 425 microns, 300 microns, 212 microns, 150
microns, 90 microns, 75 microns, with lid and pan.

4.

Sieve shaker capable of 200 mm and 450mm dia sieves, manually operated
with timing switch assembly.

5.

Equipment for slump test-Slump cone, steel plate, tamping rod, steel scale,
scoop.

6.

Dial gauges, 25mm travel- 0.01 mm/division least count-2 nos.

7.

100 tonnes compression testing machine, electrical-cum manually operated.

8.

Graduated measuring cylinders 200 ml capacity 3 Nos.

9.

Enamel trays (for efflorescence test for bricks).


(i)
300mm x 250mm x 40mm 2 nos.
(ii)
Circular plates of 250mm dia 4 nos.

10.

Concrete cube moulds 15x15x15cm 12 nos.

(Continued)

52
52

(b)

FIELD TESTING INSTRUMENTS

1.

Steel tapes 3m

2.

Vernier calipers

3.

Micrometer screw 25 mm gauge

4.

A good quality plumb bob

5.

Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical.

6.

Wire gauge (circular type) disc

7.

Foot rule

8.

Long nylon thread

9.

Dynamic penetrometer

10.

Magnifying glass

11.

Screw driver 30 cms long

12.

Ball pin hammer, 100 gms

13.

Plastic bags for taking samples

14.

Moisture meter for timber

53
53

The minimum requirement of construction plant and equipment to be used


by the contractor in carrying out the work shall be as given below.

Sl.
Activity
No
1
Earth work

Concrete work

Building work

Name of equipment

Number

a) Earth moving equipment like JCB


b) Power operated earth rammers

1 no
1 no

a) Digitalised automatic concrete batching


plant of minimum capacity 6 cum/hr
b) Concrete mixer with hoper
c) Plate vibrator
d) Needle vibrator
e) Concrete pumps
a) Bar cutting machine
b) Bar bending machine

1 no

c) Drilling machine
d) Welding machine
e) Cube testing machine
f) Steel shuttering
g) Steel scaffolding

1 no
1 no
1 no
2000 sqm
2000sqm

1 no
2 nos
2 nos
1 no
1 no
1 no

Transportation

Truck & Tippers

2 nos

Dewatering

Diesel and electrical pumps

1 no

Power
Generators

One standby diesel Generating set

1 no

Pneumatic
equipment

Air compressor

1 no

54
54

PARTICULAR SPECIFICATIONS
1.0

CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION

1.1

The earth work shall be classified under the following categories and
measured separately for each category.
(a) All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud,
black cotton moorum, shingle, river or nallah bed boulders, siding of roads, paths
etc. and hard core, macadam surface of any description(water bound, grouted
tarmac etc.), lime concrete, mud concrete and their mixtures which for
excavation yields to application of picks, showels, jumper, scarifiers, ripper and
other manual digging implements.
(b) Ordinary rock: Generally any rock which can be excavated by splitting with crow
bars or picks and does not require blasting, wedging or similar means for
excavation such as lime stone, sand stone, hard laterite, hard conglomerate and
unreinforced cement concrete below ground level.If required light blasting may
be resorted to for loosening the materials but this will not in any way entitle the
material to be classified as Hard rock.
(c) Hard rock: Generally any rock or boulder for the excavation of which blasting is
required such as quartzite, granite, basalt, reinforced cement concrete
(reinforcement to be cut through but not separated from concrete) below ground
level and the like.

2.0
STAINLESS STEEL HAND RAIL
i) Providing, fabricating and fixing in position welded built up section using stainless
steel section/pipes and connecting plates, of Grade S.S 304 (SS 316 Grade shall be
used for exterior applications) and of required diameter & thickness as per the
approval of Engineer-in-charge, Drawings and details, at the junctions of doors, on
walls, other locations as directed etc. including cutting, welding, grinding, bending to
required profile and shape, finish, hoisting, buffing and polishing, cutting chase /
embedding in RCC / Masonry, fixing using stainless steel screws, nuts, bolts and
washers or stainless steel fasteners as required to make it rigidly fixed & stable and
making good the plaster/ flooring etc. all complete, at all floors and all levels as
directed by the Engineer-in Charge. Prototype samples to be approved by
Engineer-in-charge before mass fabrication.
ii)
Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work
and all incidental charges to execute this item. However, for the purpose of
payment only the actual weight of the stainless pipes and stainless steel plates
provided and fixed shall be measured in kg.

55
55

3.0

Gang saw cut granite floor slabs.


The schedule of quantities provide for mirror polished granite slab flooring using
Gang saw cut granite slabs. The size of such gang saw cut granite slabs shall not be
less than 1.5m x 2.4m. The granite block shall be gang saw cut using water cutting
process. The polishing of the cut stone slabs should be automatic machine polished
to highly even surface without any undulations. Manual polished and kerosene
cutting process slabs shall not be accepted and shall be rejected.

4.0

Reinforcement
The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and
size. Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be cast well in advance with approved proprietary
pre-packed free flowing mortars (Conbextra as manufactured by M/s Fosroc
Chemicals India Ltd., or equivalent as approved by the Engineer-in-charge at his
discretion) of M-30 grade and of same colour as surrounding concrete, Pre-cast
cement mortar / blocks of polymer shall not be used as spacer blocks unless
specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost
of such cover blocks.
In case of confined masonry with brick work, the reinforcement of vertical tiles
horizontal ties, bands needs to be fixed with already constructed brick work by the
help of re bars, stirrups, bends, hooks, confining bars, covers positioning, etc., which
shall consume additional time and resources than the normal columns, beams in
reinforced concrete structure or load bearing structure. The contractor while quoting
rates for reinforcement shall account for such extra efforts, delay with respected to
traditional RCC structure of load bearing structure and take into consideration the
required trend of construction of confined masonry as nothing extra on account of
the procedural difference, difficulties and delay shall be paid for.

56
56

SPECIAL CONDITIONS FOR GREEN BUILDING

The building is registered for obtaining GRIHA Rating from GRIHA Secretariat to
obtain minimum 3 star rating. The contractor is required to execute the work in a
befitting manner to obtain the targeted GRIHA rating.
Special conditions for GRIHA rating:1.1

1.2

1.3
1.4
1.5

1.6
1.7

The contractor shall prepare scheme for the approval of Engineer in-charge for
obtaining GRIHA rating in the criteria relevant to the execution of work as per advice
of Green Building Consultant of main Consultant.
The contractor shall plan and execute the work in a manner to preserve and protect
the landscape during construction and shall arrange the materials/equipment and
follow the procedure as per criterion 2 of the GRIHA rating as applicable.
All the mandatory criteria of GRIHA and additional conditions for Green
Building practices are to be necessarily followed for entire academic parcel.
The contractor shall comply with NBC norms on construction safety, health
and sanitation as per criterion 8 of the GRIHA rating system.
The construction activity shall be done in a befitting manner and the contractor shall
adopt measures to prevent air pollution at site in compliance with criterion 9 of
GRIHA rating as applicable.
The contractor shall comply with all the instructions and schemes for execution
of Green building.
Nothing shall be paid extra for fulfilling of all the above conditions except for the
items existing in the schedule of quantities. For such items work done shall be paid
on the basis of the agreement rates.

1.8 Construction Stage


1.

Construction Vehicles, Equipment and Machinery

(i)

All vehicles, equipment and machinery to be procured for construction shall


conform to the relevant Bureau of India Standard (BIS) norms.

(ii)

Emission from the vehicles must conform to environmental norms.

(iii)

Dust produced from the vehicular movement and other site activities is to be
mitigated by sprinkling of water.

(iv)

Noise limits for construction equipments shall not exceed 75 dB(A), measured
at one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9th
May,1993. The maximum noise levels near the construction site should be
limited to 65 dB (A) Leq (5 min) in project area.

57
57

2.

Construction Wastes Disposal


(i)

The pre-identified dump locations will be a part of solid waste management


plan to be prepared by the Contractor in consultation with Engineer-in-charge.

(ii)

Contractor shall get approved the location of disposal site prior to


commencement of the excavation on any section of the project location.
Contractor shall ensure that any spoils of material / construction waste will not
be disposed off in any municipality solid waste collection bins.

(iii)

1.09

Procurement of Construction Materials


(i)

All vehicles delivering construction materials to the site shall be covered to avoid
spillage of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub
contractor or materials suppliers shall be cleaned and washed clear of all
dust/mud before leaving the project premises. This shall be done by routing the
vehicles through tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e.
morning and evening) for dust suppression of the construction sites and
unpaved roads used by his construction vehicles.
1.10 Water Pollution
(i)
(ii)

The Contractor shall take all precautionary measures to prevent the


wastewater during construction to accumulate anywhere.
The wastewater arising from the project is to be disposed off in the manner that
is acceptable to the Engineer in-charge.

1.11 Air and Noise Pollution


Contractor shall use dust screens and sprinkle water around the construction site to
arrest spreading of dust in the air and surrounding areas.
(i)

Contractor shall ensure that all vehicles, equipment and machinery used for
construction are regularly maintained and confirm that emission levels comply
with environmental emission standards/norms.
(i) For controlling the noise from Vehicles, Plants and Equipments, the
Contractor shall confirm the following:
(iii) All vehicles and equipment used in construction will be fitted with exhaust
silencers.
(iv) Servicing of all construction vehicles and machinery will be done regularly and
during routine servicing operations, the effectiveness of exhaust silencers will
be checked and if found defective will be replaced.
(v)
Noise emission from compactors (rollers) front loaders, concrete mixers,
cranes (movable), vibrators and saws should be less than 75 dB(A).

58
58

(vi) As per the standards/guidelines for control of Noise Pollution from


Stationary Diesel Generator (DG) sets, noise emission in dB(A) from DG Set
(15-500 KVA) should be less than 94+10 log 10 (KVA). The standards also
suggest construction of acoustic enclosure around the DG Set and provision of
proper exhaust muffler with insertion loss of minimum 25 dB(A) as mandatory.
1.12

Personal Safety Measures for Labour


Contractor shall provide the following items for safety of workers employed by
contractor and associate agencies:
(i)

Protective footwear / helmet and gloves to all workers employed for the
work on mixing, cement, lime mortars, concrete etc. and openings in
water pipeline/sewer line.

(ii)

Welders protective eye-shields to workers who are engaged in welding works.

(iii)

Safety helmet and Safety harness/ belt Provide adequate sanitation/safety


facilities for construction workers to ensure the health and safety of the workers
during construction, with effective provisions for the basic facilities such as
sanitation, drinking water and safety equipments or machinery.

(iv) All the workers should be wearing helmet and shoes all the time on site.
(v)

Masks and gloves should be worn whenever and wherever required.

(vi) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
(vii) Full time workers ( if any with the approval of Engineer-in-Charge) residing on
site should be provided with clean and adequate temporary hutment.
(viii) First aid facility should also be provided.
(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and
hand-lift boxes should be used to transport materials onsite.
(x)

Tobacco and cigarette smoking should be prohibited onsite.

(xi) All dangerous parts of machinery are well guarded and all precautions for
working on machinery are taken.
(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting
tackles in good condition. Provide safety net of adequate strength to arrest
falling material down below.

59
59

(xiii) Use of durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
(xiv) Ensure that walking surfaces or boards at height are of sound construction and
are provided with safety rails and belts. Provide protective equipments such as
helmets.
(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be
provided in fire-prone area and elsewhere.
(xvi) Provide sufficient and suitable light for working during night.
(xvii) Ensure that measures to protect workers from materials of construction,
transportation, storage and other dangers and health hazards are taken
(xviii) Ensure that the construction firm/division/company have sound safety policies.
(xix) Comply with the safety procedure, norms and guidelines (as applicable) as
outlined in NBC 2005 (BIS 2005c).
(xx) Adopt additional best practices and prescribed norms as in NBC 2005
(BIS2005).
1.13 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads
(if these are unpaved) by increasing the surface strength by improving particle size,
shape and mineral type that make up the surface base. Add surface gravel to reduce
source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 20%. Limit vehicular speed on site 10km/h. Nothing extra will be payable for this.
1.14 All material storages should be adequately covered and contained so that they are
not exposed to situations where winds on site could lead to dust/particulate
emissions.
1.15 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material
does not become a source of fugitive dust and also to prevent of seepage of
pollutant laden water into the ground aquifers. When cleaning up the spill, ensure
that the clean up process does not generate additional dust. Similarly, spilled
concrete slurries or liquid wastes should be contained/cleaned up immediately before
they can infiltrate into the soil/ground or runoff in nearby areas.
1.16 Ensure that water spraying is carried out by wetting the surface by spraying water
on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.
1.17 The contractor shall ensure the following:
(i) Cover and enclose the site by providing dust screen, sheeting or netting to
scaffold along the perimeter of a building.

60
60

(ii)
(iii)

Covering stockpiles of dusty material with impervious sheeting.


Covering dusty load on vehicles by impervious sheeting before they leave the
site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and dry
pulverized fly ash inside a totally enclosed system.
(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled
material does not become a source of fugitive dust and also to prevent
seepage of pollutant laden water into the ground aquifers. When cleaning up
the spill, ensure that the clean-up process does not generate additional dust.
Similarly, spilled concrete slurries or liquid wastes should be contained /
cleaned up immediately before they can infiltrate into the soil/ground or runoff in
nearby areas.
(vi) Clear vegetation only from areas where work will start right away.
1.18 Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities. There is no standard reference for this. The best practices should be
followed (as adopted from international best practice documents and codes).
1.19 Provide sheet covering/barricading of site of not less than 3m height along the site
boundary, next to a road or other public area. Nothing extra will be paid for this.
1.20 The contractor shall provide experienced personnel with suitable training to ensure
that these methods are implemented. Prior to the commencement of any work, the
method of working, plant equipment and air pollution control system to be used on
site should be made available for the inspection and approval of the Engineer inCharge to ensure that these are suitable for the project.
1.21 Employ measures to segregate the waste on-site into inert, chemical or hazardous
wastes. Recycle the unused chemical/hazardous wastes such as oil, paint, batteries
and asbestos. The inert waste is to be disposed off to Municipal Corporation/local
bodies dump yard and landfill sites.
1.22 To preserve the existing landscape and protect it from degradation during the
process of construction. Select proper timing for construction activity to minimize the
disturbance such as soil pollution due to spilling of the construction material and its
mixing with rainwater. The construction management plan including soil erosion
control management plan shall be prepared accordingly for each month. The
application of erosion control measures includes construction of gravel pits and tyre
washing bays of approved size and specification for all vehicular site entry/exits,
protection of slopes greater than 10%. Sedimentation Collection System and run-off
diversion systems shall be in place before the commencement of construction
activity. Preserve and protect the existing vegetation by not-disturbing or damaging to
specified site areas during construction.
1.23 The Contractor should follow the construction plan as proposed by the Engineer-incharge / landscape consultant to minimize the site disturbance such as soil pollution
due to spilling. Use staging and spill prevention and control plan to restrict the spilling
of the contaminating material on site.
1.24 Spill prevention and control plans should clearly state measures to stop the source of

61
61

the spill. Measures to contain the spill and measures to dispose the
contaminated material and hazardous wastes. It should also state the designation
of personnel trained to prevent and control spills. Hazardous wastes include
pesticides, paints, cleaners and petroleum products.
1.25 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to
construction and should be applied effectively.
1.26 The contractor shall prepare and submit Spill prevention and control plans before
the start of construction, clearly stating measures to stop the source of the spill, to
contain the spill, to dispose the contaminated material and hazardous wastes,
and stating designation of personnel trained to prevent and control spills.
Hazardous wastes include pesticides, paints, cleaners, and petroleum products.
1.27 The contractor shall ensure that no construction leaches (Ex: cement slurry) is
allowed to percolate into the ground. Adequate precautions are to be taken to
safeguard against this including reduction of wasteful curing processes, collection,
basic filtering and reuse. The contractor shall follow requisite measures for collecting
drainage water run-off from construction areas and material storage sites and
diverting water flow away from such polluted areas. Temporary drainage channels,
perimeter dike/swale, etc. shall be constructed to carry the pollutant laden water
directly to the treatment device or facility (municipal sewer line).
1.28 All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed otherwise.
1.29 All paints, adhesives and sealants should comply with the VOC limits prescribed by
GRIHA, as follows:

Table 1- VOC limits for paints, adhesives and sealants


`
Paints

``
VOC Limit (g/l)

`
Adhesives

VOC Limit (g/l)

Non-flat paints

150

Wood flooring
Adhesive

100

Flat (Mat) paints

50

Tile Adhesive

65

Anti-corrosive/antirust paints
Varnish

250

Indoor Carpet
Adhesive
Wood

50

Lacquer

550

Stains
Water proofing
sealer

250
250

350

30

62
62

1.30 All the building materials and systems used on site must be as per the specifications
and approved makes by the Engineer-In-Charge.
1.31 All required certificates explaining the properties of the building material/system
needs to be obtained from the manufacturer/vendor as required by the green
building rating authority. The final certificates would be produced after the approval
of green building consultant with necessary due diligence. The purchase orders of
all the materials made with the manufacturers / authorized vendors should be
maintained and shall be provided for the process with due diligence upon request.
1.32 Water saving measures as suggested by the consultants need to be followed on site.
1.33 The contractor / subcontractor shall prepare and submit a Site
Management Plan (SMP) within 10 days of start, for approval by the Engineer
in-charge. This SMP shall indicate the locations of godown, stockpiles,
barricading, waste storage, offices, vehicular movement routes etc. In short
this SMP would comprehensively represent how the site activities shall be
managed conforming to GRIHA guidelines. Contractor will be penalized @ Rs.
2000/- per day of delay on non-submission of SMP beyond due date to be
recovered from next RA bill.

1.34 Any other site management measures suggested by the Engineer-in-charge / green
building consultant shall be followed on site.
1.35 The contractor shall submit to the Engineer in-Charge after construction
of the buildings, a detailed as built quantification of the following within 10
days of recording of completion. Contractor will be penalized @ Rs. 500 per
day of delay in submission of detailed as built quantification.
(iv)
(ii)
(iii)
(iv)
(v)
(vi)

Total materials used


Total waste generated,
Total waste reused,
Total water used,
Total electricity consumed, and
Total diesel consumed.

1.36 Evidence for the implementation of the all the above required measures shall
be provided to the Engineer-in-Charge in the form of photographs and templates as
required which is required for the submission to the green building rating authority
(GRIHA).
1.37 Nothing extra shall be payable for above provisions unless otherwise specified
in Schedule of Quantity

63
63

INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE EXECUTIVE ENGINEER


BEFORE UPLOADING TENDER DOCUMENT
To
.
.
.

Sub : NIT No. 11/CE/BCD III/2015-2016 for the work Construction of 1no 120 Men
Barrack for Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli,
Sidlaghatta Taluk, Chikkaballapur district, Karnataka.
SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire extinguishers & miscellaneous.
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall from part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf
of the CPWD.

Yours faithfully

* to be filled by EE,
Executive Engineer
Bangalore Central Division III
CPWD, Bangalore

64
64

INTEGRITY AGREEMENT PACT TO BE SIGNED AND BY THE BIDDER AT


THE TIME OF SUBMISSION OF BID DOCUMENT
To
Executive Engineer,
Bangalore Central Division III,
CPWD, C wing, 3rd floor,
Kendriya Sadan, Koramangala,
Bangalore-560034
Sub : Submission of Tender for the work Construction of 1no 120 Men Barrack for
Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli,Sidlaghatta Taluk,
Chikkaballapur district, Karnataka.
SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire extinguishers & miscellaneous.
Dear Sir,
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 and 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 I 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)

65
65

To be signed by the bidder and same signatory competent / authorized to sign


the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at . on this .. day of 20...
BETWEEN
President of India represented through Executive Engineer, Bangalore Central
Division III,CPWD, Bangalore (Hereinafter referred as the
(Address of Division)

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/firm/Company)

through .... (Hereinafter referred to as the


(Details of duly authorized signatory)

Bidder/Contractor and which expression shall unless repugnant to the meaning or


context hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. .)
(hereinafter referred to as Tender/Bid) and intends to award, under laid down
organizational procedure, contract for Construction of 1no 120 Men Barrack for
Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli,Sidlaghatta Taluk,
Chikkaballapur district, Karnataka. SubHead: Building portion including
internal water supply, sanitary installations, drainage, internal electrical
installations, Lightning Conductor, Main Panel and fire extinguishers &
miscellaneous. 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.

66
66

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the


parties hereby agree as follows and this Pact witnesses as under :
Article 1 : Commitment of the Principal / Owner
1)

2)

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

No employee of the Principal / Owner, personally or through any of his/her


family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b)

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

(c)

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

If the Principal / Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal Code (IPC) / Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or
if there be a substantive suspicion in this regard, the Principal / Owner will inform the
Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.

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.

67
67

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

d)

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

e)

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

68
68

3)

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

4)

The Bidder(s) / Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake / forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and / or to
influence the procurement process to the detriment of the Government
interests.

5)

The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his / her
reputation or property to influence their participation in the tendering process).

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.

69
69

2)

Forfeiture of EMD/Performance Guarantee/Security Deposit : If the Principal /


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

3)

Criminal Liability : If the Principal / Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee or a representative or an associate of a
Bidder or Contractor which constitutes corruption within the meaning of Indian Penal
Code (IPC) / Prevention of Corruption Act, or if the Principal / Owner has substantive
suspicion in this regard, the Principal / Owner will inform the same to law enforcing
agencies for further investigation.

Article 4 : Previous Transgression


1)

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

2)

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

3)

If the Bidder / Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal / Owner may, at its own discretion, revoke the exclusion prematurely.

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


1)

The Bidder(s) / Contractor(s) undertake (s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact. The Bidder / Contractor shall be
responsible for any violation (s) of the Principles laid down in this agreement / Pact
by any of its Subcontractors / Sub vendors.

2)

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

70
70

3)

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

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.

71
71

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 Contractor 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 witness :

(For and on behalf of Principal / Owner)


.
(For and on behalf of Bidder / Contractor)
WITNESS :
1.

.
(Signature, name and address)

2.

.
(Signature, name and address)

Place :
Dated :

72
72

PROFORMA OF SCHEDULES
ELECTRICAL COMPONENT
(Separate Performa for Civil, & Elect. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE A
Schedule of quantities : As per schedule attached
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sl.
No.

Description of item

Quantity

3
---nil---

Rates in figures & words


at which the material will
be charged to the
contractor
4

Place of
issue

SCHEDULE C'
Tools and plants to be hired to the contractor
Sl. No.
Description
Hire charges per
day
1
2
3
----nil--SCHEDULE D'

Place of issue
4

Extra schedule for specific requirements / documents for the work, if any.
Additional Conditions as attached to this NIT
SCHEDULE E'
Reference to General Conditions of contract.
Name of work: Construction of 1no 120 Men Barrack for Sector Head Quarter
(SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur district,
Karnataka.SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor and
fire extinguishers & miscellaneous.
Estimated cost of work:

Rs. 4,16,09,330 /-

(Civil:Rs.3,86,50,391/-+Electrical: Rs 29,58,939/- )

(i) Earnest money :

Rs.8,32,187 /-(to be returned after receiving the Performance Guarantee)

(ii) Performance Guarantee :

5% of tendered value

(iii) Security Deposit :

2.5% of tendered value

73
73

SCHEDULE 'F'
GENERAL RULES & DIRECTIONS:
Officer inviting tender

Executive Engineer
Bangalore Central Division III
CPWD .Bangalore

Definitions:
2(v)
Engineer-in-Charge....

Executive Engineer
Bangalore Central Electrical Division I
CPWD, Bangalore

2(viii) Accepting Authority .

Chief Engineer
South Zone 3
CPWD, Bangalore

2(x) Percentage on cost of materials and


Labour to cover all overheads and profits:
2(xi) Standard Schedule of Rates

15%

Delhi Schedule of Rates 2014.(E&M) with


amendments upto last date of submission of bid.

2 (xii) Department

Central Public Works Department

9(ii) Standard CPWD Contract Form

Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance
(ii) Maximum allowable extension with late
fee @0.1% per day of performance
Guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under clause 2

CPWD Form 7 & GCC 2014


modified & Corrected upto the
last date of submission of bid
15 (fifteen) days

7(seven) days
Superintending Engineer
Bangalore Central Circle
CPWD .Bangalore

Clause 2A
Whether Clause 2A shall be applicable AS PER MAJOR COMPONENT.
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start

22 (twenty two) days

74
74

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


No

Description of Milestone (Physical)

Time allowed in
days/months (from
date of start)

Completion of conduit works in


slabs
Fixing of switch boxes, DBS &
conduit drop works and wiring

9 months

2
3

Fixing of fittings, testing and


commissioning

Time allowed for execution of work


Authority to decide:
(iii)

11 months
12 months

Amount to be with-held in
case of non achievement of
each of the mile stone (% of
tendered amount of
electrical component)

1.00%
of
amount
1.50 % of
amount
1.50 %
Amount

of

tendered
tendered
Tendered

AS PER MAJOR COMPONENT.

Extension of time EE,BCD III, CPWD,Bangalore (Engineer in Charge or


Engineer in Charge of Major component in case of composite contracts, as the case
may be)

(iv)

(iii)

Rescheduling of mile stones. SE, BCC, CPWD,Bangalore .


(Superintending Engineer in Charge or Superintending Engineer in Charge of
Major Component in case of Composite Contracts, as the case may be)
Shifting of date of start in case of delay in handing over of site
Superintending Engineer,BCC,CPWD,Bangalore (Superintending Engineer
in Charge or Superintending Engineer in charge of Major Component in
case of Composite Contracts, as the case may be)

75
75

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

6A

Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment

Rs. 2 lakhs

Clause 7A
Whether Clause 7A shall be applicable

Yes

Clause 10A
List of testing equipment to be provided by the contractor at site lab :
Not Applicable
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable

As per Major Component

Clause 10C
Component of labour expressed as percent of value of work: 20%
Clause 10CA

Not Applicable

Clause 10CC :Clause 11


Specifications to be followed for
execution of work

As per Major Component

Clause 12
Type of work:-

CPWD General specifications for electrical


works Part- I(internal 2013),Part II
(External), with correction slips issued
upto last date of submission of tender.
Original work

12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3
shall apply for building work
12.5
(i) Deviation Limit beyond which clauses 12.2 & 12.3
shall apply for foundation work
Clause 16
Competent Authority for deciding
Reduced rates

30%
100%.

Superintending Engineer (Electrical)


BCEC, CPWD Bangalore.

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1. ...............................
2. ............................... 3. ...............................

76
76

Clause 36(i)

Requirement of Technical Representative(s) and recovery Rate


Sl.
N
o.

Minimum
Qualification of
Technical
Representative

Graduate
Engineer
Or

Discipline

E&M

Designation
(Principal
Technical/
Technical
Representative)

Project
Manager cum
planning /
quality / site
/billing Engineer

Minimum
Experience

Number

2 years

Rate at which recovery shall be


made from the contractor in the
event of not fulfilling provision
of clause 36((i)

Rs.15000/-per month per


person
1 no

(Rupees fifteen thousand per


month per person)

Diploma
5 years
Engineer
Assistant Engineer retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree .

77
77

GENERAL TERMS AND CONDITIONS APPLICABLE FOR ALL E&M COMPONENTS


1. GENERAL
1.1.
a.

The work shall be generally carried out in accordance with bid specifications and the
following specifications / rules.
CPWD General Specifications for Electrical work Part I Internal - 2013, as amended
upto date

b.

CPWD General Specifications for Electrical work Part II External, as amended upto
date

c.

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.

Order of Preference:
Should there be any difference or discrepancy between the description of items as
given in the Schedule of Quantities, technical specifications for individual items of
work (including additional and commercial conditions) and IS Codes etc., the
following order of preference shall be followed:

a.

Schedule of quantities

b.

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 code is not available.


These Commercial and Additional conditions are to be read in conjunction with
above and in case of variations, specifications given in these additional conditions
shall apply. However, nothing extra shall be paid on account of these additional
specifications and conditions, as the same are to be read along with schedule of
quantities for the work.

1.3.

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 equipment of all E&M components of the
tender.

1.4.

The tenderer should in his own interest visit the site and get familiarize with the
site conditions before tendering.

1.5.

No T &P shall be issued by the Department and nothing extra shall be paid on
account of this.

2. COMMERCIAL CONDITIONS
2.1.

The department will not issue Octroi exemption certificate.

2.2.

The contractor has to carry out maintenance as per CPWD General


Specifications and manufacturer's standards for a period of 12 months from
the date of handing over. Nothing extra shall be paid on this account.

78
78

2.3.

In case the same item appears more than once in the schedule of work under the
same sub head or among the different subhead of works, the lowest rate
quoted for that item elsewhere shall be considered for other items also during
evaluation of tender.

3. GUARANTEE
3.1.

All equipments shall be guaranteed for a period of 12 months(except LED fittings


which shall be guaranteed for minimum 5 years), from the date of taking over the
installation by the department, against unsatisfactory performance and/or break
down due to defective design, workmanship or 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 & binding on the contractor.

3.2.

The tender shall guarantee among other things, the following:

a.

Quality, strength and performance of the materials used as per manufacturers


standards.

b.

Safe mechanical and electrical stress on all parts under all specified conditions of
operation.

c.

Satisfactory operation during the maintenance period.

4. ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:


The acceptable makes of various equipments/ components/ accessories have been
indicated in "List of Acceptable Makes appended with the tender documents. The
tenderer shall work out the cost of the offer on this basis. Alternate makes are not
acceptable.
5. PROGRAMME CHART
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 reports
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.
6. DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER:
6.1.

After award of work


The successful tenderer would be required to submit the following drawings after
award of work for approval as per mile stones of tender.

a.

General arrangement drawing of all equipments of E&M components as per


individual E&M component

b.

Details of foundations for the equipments and the weights of assembled equipments.

c.

Any other drawings necessary for the job.

79
79

7.

The successful tenderer should furnish well in advance of commencement of work


three copies of detailed instructions and manuals of manufacturers for all items of
equipments regarding installation, adjustments operation and maintenance including
preventive maintenance & trouble shooting together with all the relevant data
sheets, spare parts catalogue etc. all in triplicate.

8. EXTENT OF WORK
8.1.

The work shall comprise of entire labour including supervision and all
materials necessary to make a complete installation and such tests and
adjustments
and commissioning, as may be required by the department. The
term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation
with all layout charts whether or not those have been mentioned in details in
the tender document in connection with this contract as this is a turnkey job.

8.2.

The cables and other items shall be brought at site only after taking correct
measurements as per actual requirement of work. Excess quantities shall not be
accepted and paid. i.e., Quantity of item brought to site and used in work as per
actual requirement shall only be measured and paid irrespective of quantities of
BOQ / work schedule.

8.3.

In addition to supply, installation, testing and commissioning, of all E&M


equipment, following works shall be deemed tobe included within the scope of
work to be executed by the tenderer as this is a turnkey job.

a.

Minor building works necessary for installation of equipments, foundation, making of


opening in walls or in floors and restoring them to their original condition finish and
necessary grouting etc. as required.

b.

All necessary supports may be arranged.

c.

Testing of PTs/CTs for metering & protection purpose & relay calibration & setting.

d.

Getting inspection done & obtaining approval from Central Electrical Authority and
local fire authority for energizing the installation. However, necessary fees for inspection
shall be borne by the Department.

9.

INSPECTION AND TESTING

9.1.

All major equipment shall be offered for initial inspection at manufacturers works. The
contractor will intimate the date of testing of equipment at the manufacturer's works
before dispatch. The successful tenderer shall give advance notice of minimum two
weeks regarding the dates proposed for such tests to the department's
representative to facilitate his presence during testing.

9.2.

The Engineer-in-charge or his representative may witness such testing. The cost of
the departmental engineers visit to the factory will be borne by the Department.
Equipments will be inspected at the manufacturer / authorized dealers premises,
before dispatch to the site by the contractor if so desired by the Engineer-in-charge.
Engineer-in-charge at his discretion may waive of inspection at factory /at the
manufacturer's works before dispatch.

9.3.

Copies of all documents of routine and type test certificates of the equipment, carried
out at the manufacturers premises shall be furnished to the Engineer-in-charge and
consignee.

9.4.

After completion of the work in all respects the contractor shall offer the installation for
testing and operation.

80
80

10.

COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS:

10.1.

All works shall be carried out in accordance with relevant regulation, both
statutory and those specified by the Indian Standards related to the works covered by
this specification. In particular, the equipment and installation will comply with the
following:
a.

Factories Act.

b.

Indian Electricity Rules.

c.

B.I.S. & other standards as applicable.

d.

Workmen's compensation Act.

e.

Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

10.2.

After completion of the installation, the same shall be offered for inspection by the
representatives of the Central Electricity Authority and local fire authority, as may be
required. The contractor will extend all help including test facilities to the
representatives of CEA / Local fire authority. The observations of CEA / Local fire
authority will be attended by the contractor. The installation will be commissioned
only after getting clearance from CEA / Local fire authority. Contractor should get
inspection done & obtain approval from Central electrical Authority and local fire
authority, as may be required.

10.3.

Nothing in this specification shall be construed 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.

11.

INDEMNITY:
The successful tenderer shall at all times indemnify the department, consequent on
this works contract. The successful tenderer shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause and the
contractor shall be responsible for any accident or damage incurred or claims arising
there from during the period of erection, construction and putting into operation the
equipments and ancillary equipment under the supervision of the successful tenderer
in so far as the latter is responsible. The successful tenderer shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No
extra payment would be made to the successful tenderer on account of the above.

12.

INSURANCE AND STORAGE:


All consignments are to be duly insured upto the destination from warehouse at the
cost of the contractor. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.

13.

TRAINING:
The scope of works includes the on job technical training of two persons of
Department / Client at site. Nothing extra shall be payable on this account.

14.

MAINTENANCE:

14.1.

Sufficient trained and experienced staff shall be made available to meet any
exigency of work during the guarantee period of one year from the handing over of
the installation.

14.2.

The maintenance, routine as well as preventive, for one year from the date of taking
over the installation as per manufacturers recommendation.

81
81

15.

APROVAL OF DRAWINGS AND EQUIPMENT

15.1.

The agency shall submit drawings and details such as makes and models of
the equipment / materials offered by him along with specifications for all E&M
components to the Engineer-in-charge of the work, before ordering the equipment /
materials for approval of the department.

15.2.

The Engineer-in-charge shall scrutinize the proposal and approve the makes and
models which are acceptable as per the schedule, specifications, conditions of the
agreement and inform the agency for procurement. The approving authority shall be
technical sanctioning authority of E&M component.

15.3.

After approval of the equipment/materials by the department the agency shall


procure the equipment/materials from the OEM/authorized distributor/dealer as the
case may be:

15.4.

Adequate care that only tested and genuine materials of proper quality are used in
work shall be ensured by firm.

16.

The firm shall also ensure that:


a.

Material will be ordered & delivered at site only with the prior written approval of the
department to ensure timely delivery.

b.

As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles,
other main items etc, its copy shall be endorsed to the Engineer-in-charge of work.

c.

The contractor will submit makes & brands of electrical fittings wires & cables,
conduits and switchgears, rising mains, poles , outdoor fittings etc. of preferred make list
as per tender documents for approval of Engineer-In-Charge, whose decision will be
final in the matter.

d.

The firm will be required to procure material directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved makes
only. Proof in this regard shall be submitted by the contractor if required by the
department.

e.

Inspection at factory or at godown, as required, shall be arranged by the firm for a


mutually agreed date.

f.

Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.

17.

SAFETY CODES & STATUTORY REGULATIONS:


a.

Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed
on the work by the tenderer. Failure to provide such safety requirement would make the
tenderer liable for penalty of Rs.1000/- for each default. In addition, the department will be
at liberty to make arrangement for the safety requirements at the cost of tenderer and
recover the cost thereof from him.

Executive Engineer

82
82

COMMERCIAL & TECHNICAL CONDITIONS FOR INTERNAL ELECTRICAL


INSTALLATIONS
1. Guarantee & Defect Liability Period:
The tenderer shall guarantee among other things, the following vis--vis
specifications.
a.

Quality, strength and performance of the materials used.

b.

Satisfactory operation during the maintenance period.

c.

T-5, CFL fittings, Ceiling fans, Exhaust fans are to be guaranteed for 1(one) Year
including lamps.

d.

LED fittings, as a whole including driver are guaranteed for 5 years. All the LED
fittings are to be suitably engraved/ stickered inside with for date of handing over.

e.

The guaranty for LED fittings is to be got submitted from the manufacturer
also in addition to the guarantee from the contractor. The manufacturer
should give undertaking that in case of discontinuation of model and non-availability
of spares, they will replace the fittings with equivalent/ high end model in case of
manufacturing defect during the warranty period of 5 years in Annexure X.

2. 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.
3. Written 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.
4. Stage payment to the contractor for various component of work shall be regulated as
per relevant CPWD specifications. For works for which the %age payment is not
specifically mentioned, the rate of stage payment shall be decided by the Engineer-incharge.
5. The main contractor and / or his Associated Contractor or his representative is bound
to sign the site order book as and when required by the Engineer-in-charge and will
comply with the remarks therein.
6. The connections, inter-connections, earthing and loop earthing shall be done by the
contractor wherever required to be done for energization of the installation and nothing
extra shall be paid on this account.
7. 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 chase to rough surface
with proper cement sand mixture. Only in exceptional cases e.g. where cutting of
plastered surface cannot be avoided it will be contractors responsibility to ensure
that plastering is done to match the original finish at no extra cost.
8. The wiring and conduit route shall be marked by the contractor in the drawing first,
and shall be got approved from the Engineer-in-charge.
9. The rupturing capacity of the MCBs shall be 10 kA minimum. 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.
10. The copper wire to be used on this work shall be FRLS type and ISI marked.

83
83

11. The make of switch boxes shall be the same as that of switches. Only the required
knockouts of the switch boxes are to be removed for terminating the conduit pipes
with PVC glands / check nuts.
12. Make of MCB/MCCB shall be the same as the make of MCB DB.
13. All the switch boxes, MCBDBs are to be covered with plastic sheet / petroleum gelly
when installed in brick work till the plastering / painting is done to avoid sticking of
cement plaster/ splashes of the paint. Cement plaster / paint are to be cleaned
immediately after plaster to avoid rusting of switch boxes and MCB DBs. The plastic
sheet is to be removed at the time of handing over.
14. Modular type 5A/15A socket outlets shall be of 3 modules only
15. The Contractor shall furnish documentary proof like delivery challans of purchasing
Wires, Modular switches & accessories, MCBs, MCBDB, Fittings, accessories
and other items from the manufacturers or their authorized dealers to the satisfaction
of the Engineer-in-charge.
16. All PVC conduits accessories shall be of the same make as conduits. The conduits
shall be terminated at switch boxes/metallic junction boxes with suitable PVC glands /
check nuts.
17. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch
works shall be neatly carried out to match the original finish and to the entire
satisfaction of the Engineer in Charge.
18. All the sub main and circuit wiring includes loose wire for connections inside switch
boxes and MCBDBs. No payment for these loose wires shall be made. However
wires within the cubicle panel will be measured and paid under relevant item of work.
19. All the circuits / sub-main wiring are to b e suitably numbered with stickers / marker
pen at LT panel, MCBDBs, switch boards (on backside of cover plate) for ease
of maintenance. Nothing shall be paid extra on this account.
20. The connection between incoming switch / isolator and bus bar shall be made with
suitable size of thimble and cable at no extra cost.
21. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be
stranded and terminals provided with crimped lugs.
22. All MS junction box cover should be of phenolic laminated / good quality plastic
sheet of thickness not less than 3mm and for which nothing extra shall be paid on the
account.
23. All hardware items such as screws, thimbles, GI wire etc. which are essentially
required for completing an item as per specifications will be deemed to be included in
the item even when the same have not been specifically mentioned.
24. All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work
shall be zinc/ cadmium plated iron.
25. Any conduit which is not be wired by the contractor shall be provided with GI fish wire
for wiring by some other agency subsequently. Nothing extra shall be paid for the
same.

84
84

26. While laying conduit, suitable size junction boxes shall be provided for pulling the
wire as per the decision of the E-in-C.
27. Materials to be used in work are to be ISI marked. The make of the materials
have been indicated in the list of acceptable makes. No other makes will be
acceptable. The materials to be used in the work shall be got approved by the
Engineer in Charge / his representative before its use at site. The E-in-C shall
reserve the right to instruct the contractor to remove the material which, in his opinion,
is not acceptable.
28. Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be
provided, the same shall be of only one make.
29. Wherever light fittings are proposed to be provided on the false ceiling, the respective
light / fan point wiring will have to be brought upto the terminal of the light fittings / fans
by the contractor. Flexible metal conduits shall be used for drawing wires from
PVC conduits on ceiling to fittings on false ceiling and nothing extra shall be paid
to the contractor for the same. The height from false ceiling to ceiling is about 1.2
metres.
30. The work should be carried out in ITBP Campus at Jangamakote Hobli,
Chikkaballapura, Karnataka.
31. INSURANCE AND STORAGE:
All consignments are to be duly insured up to the destination from warehouse at the
cost of the contractor. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.
32. LED Luminaire Specifications.
S.No

Criteria

Specification

Luminaire
configuration /
technical requirement

As per the description mentioned in BOQ

Housing / body of fitting

CRCA/ Pressure Die cast Aluminium

Cover / Diffuser

Finish

Poly carbonate/ Acrylic UV protected/ PMMAfor


indoor and Toughened glass / PMMA for outdoor.
Aesthetically designed housing with corrosion
resistant powder coating.

Protection (Minimum)

IP 20 for indoor & IP 65 for outdoor

Operating Voltage

150V to 270V universal electronic


with internal surge protection.

Frequency

50 Hz

Fixture Ambient

+ 40 deg. centigrade

Operating temperature

Range 0 to +55 deg. centigrade

10

Power factor

>0.9

11

Optical assembly

Array of medium power LEDs/ COB

12

Luminous flux

As per BOQ

13

Efficacy of luminaire (including


power loss)

>80 lumen per watt

14

Efficacy of LED

>100 lumen per watt

driver

85
85

S.No

Criteria

Specification
5700 deg. Kelvin to 6500 deg. Kelvin

16

Co-related colour
Temperature
C.R.I.

17

Heat dissipation/ Heat sink

Well designed thermal management system with


aluminium heat sink.

18

LED drive current

Not more than 750 mA

19

Driver efficiency

> 85%

20

Make of LED

CREE/ Philips Lumileds/ Osram/ NICHIA

21

Certificates to be submitted

LM 79 and LM 80

15

>70

86
86

ANNEXURE -X
UNDERTAKING LETTER FROM MANUFACTURERS OF LED FITTINGS
Name of Work: : Construction of 1no 120 Men Barrack for Sector Head Quarter

(SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur district,


Karnataka.SubHead: Building portion including internal water supply, sanitary
installations, drainage, internal electrical installations, Lightning Conductor,
Main Panel and fire fighting equipment
We hereby agree that
1.

All the LED fittings, including drivers, supplied by us for the above work are
guaranteed for five years from the date of recording of Completion Certificate
by CPWD.

2.

In case of discontinuation of model and non-availability of spares, we will


replace the fittings with equivalent/ high end model during the five year
warranty period.
For M/s .....
..
(Authorised signatory of
manufacturer of LED luminaries)
With company seal
Counter Signature,

Major contractor

- 87 List of Acceptable Makes


a)

PVC insulated FRLS copper conductor cable

Havells / Anchor / Ravicab / Finolex /


L&T / RR Kabel / Polycab

b)

PVC conduit

Avonplast / Atul / Bajajplast / Precision

Modular (Plate) Type switches and sockets


outlet and accessories.
MCCB / RCCB / MCB DB / MCB / Industrial
socket outlet

Anchor (Woods) / MK (Blenz) / Legrand


(Myrius) /Philips /Siemens (Wega)/ ABB

c)
d)

Legrand / Siemens / Schneider / L&T

e)

Light fittings

f)

Ceiling fan / Exhaust fan

Philips / Wipro / Bajaj / Crompton


Greaves / Havells
Usha / Crompton / Bajaj / Havells.

g)

PVC Cable trunking

MK/ Legrand / Obo bettermann

h)

MCCB DB

Legrand / Siemens / Schneider / L&T

i)

CAT 6 LAN cable

D-link / Skytone / Finolex / HCL / Delton

j)

CO2 and ABC type Fire extinguisher

Minimax / Safex /Cease fire

Note:1. Tenderers quoting for make & models other than above will be rejected.
2. The Chief Engineer, SZ-III, CPWD, Bangalore, reserves the right to add or delete
any materials and Brands in the list of approved materials/brands.


Central Public Work Department
11/CE/BCD III/2015-2016


Name of Work: -Construction of 1 no 120 Men Barrack for Sector Head Quarter (SHQ), ITBP at Jangamakote Hobli, Sidlaghatta Taluk, Chikkaballapur
district, Karnataka.Sub Head: Building portion including internal water supply, sanitary installations, drainage, internal electrical installations,
Lightning Conductor, Main Panel &fire extinguishers &miscellaneous.
SL No

Description

Qty

Unit

Rate

Amount

700

cum

174.01

121807

325

cum

171.91

55871

108

metre

230.13

24854

872

cum

124.18

108285

SH 1 Earth work
1.1

1.1.1
1.2

1.2.1
1.3

1.3.1
1.3.1.1
1.4

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.
All kinds of soil.
Earth work in excavation by mechanical means (Hydraulic excavator) / manual means
over areas (exceeding 30cm in depth, 1.50m in width as well as 10sqm on plan)
including disposal of excavated earth, lead upto 50m and lift upto 1.50m, disposed
earth to be levelled and neatly dressed.
All kinds of soil.
Excavating trenches of required width for pipes, cables, etc. including excavation for
sockets, and dressing of sides, ramming of bottoms, depth upto1.50m including getting
out the excavated soil, and then returning the soil as required, in layers not exceeding
20cm in depth including consolidating each deposited layer by ramming watering, etc.
and disposing of surplus excavated soil as directed, within a lead of 50m
All kinds of soil.
Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundation
etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by
ramming and watering, lead up to 50m and lift up to 1.5m.

89

SL No
1.5
1.6

Description
Supplying and filling in plinth with river sand under floors including watering, ramming
consolidating and dressing complete.
Supplying and filling good earth in layers not exceeding 20 cm in depth, watering,
rolling each layer with half tonne roller and steel rammers and rolling 3rd and top most
layer and lift for filling (excluding rock) including the royality for earth including 20km
lead and lift etc all complete as per the direction of Engineer-in-charge.

Qty

Unit

Rate

Amount

53

cum

1005.64

53299

1800

cum

693.56

1248408

126

cum

4423.62

557376

5.10

cum

7125.96

36342

43

cum

5689.17

244634

17

sqm

347.85

5913

17

sqm

145.83

2479

130

sqm

463.24

60221

SH 2 Concrete work
2.1
2.1.1

Providing and laying in position cement concrete of specified grade excluding the cost
of centering and shuttering - All work up to plinth level
1:5:10 (1 portland pozzolona cement : 5 coarse sand : 10 graded stone aggregate 40mm
nominal size)

2.2

2.2.1

Providing and laying cement concrete in retaining walls, return walls, walls (any
thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts,
buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain
window sills, fillets, sunken floor,etc.excluding the cost of centering, shuttering and
finishing :
1:2:4 (1portland pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal
size ).

2.2.1.1
2.3

All works upto floor five level


Providing and laying in position cement concrete of specified grade excluding the cost
of centring and shuttering - in sunken floors of toilets 1:5:10 (1 portland pozzolona cement
: 5 coarse sand : 10 graded stone aggregate 20mm nominal size)

2.3.1
2.4

All works upto floor five level


Providing and laying damp-proof course 50mm thick with cement concrete 1:2:4 (1
portland pozzolona cement : 2 coarse sand : 4 graded stone aggregate20mm nominal size).

2.5

2.6

Applying a coat of residual petroleum bitumen of grade of VG-10 of approved quality


using 1.7kg 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.
Making plinth protection 50mm thick of cement concrete 1 : 3 : 6 (1 portland pozzolona
cement : 3 coarse sand : 6 graded stone aggregate 20mm nominal size) over 75mm
bed of dry brick ballast 40mm nominal size, well rammed and consolidated and grouted
with fine sand including finishing the top smooth.

90

SL No

Description

Qty

Unit

Rate

63
175

cum
cum

6955.99
7749.67

Amount

SH 3 Reinforced cement concrete work


3.1

Providing and laying in position machine batched and machine mixed design mix M-25
grade cement concrete for reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to site of laying but excluding
the cost of centering, shuttering, finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate, retard setting of concrete,
improve workability without impairing strength and durability as per direction of Engineerin-charge
Note 1: Contractor shall use PPC (conforming to IS 1489 part-I) with minimum 30% fly ash
contents in this item
(Note 2:- Cement content considered in this item is @ 330 kg/cum . Cost adjustment @
the rate of Rs 7.50 /kg of portland pozzolona cement shall be made towards excess/less
use of cement in the design mix as per mix design).

3.1.1
3.1.2
3.2

All works up to plinth level.


All works above plinth level up to floor V level.
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 the Engineer - in - charge. (River sand and/or
manufactured sand can be used in RMC)

91

438227
1356192

SL No

Description

Qty

Unit

Rate

Amount

187
525

cum
cum

7340.95
8134.64

1372758
4270686

225

sqm

217.04

48834

268
3200
150
2387
1000
49

sqm
sqm
sqm
sqm
sqm
sqm

398.61
443.74
443.74
366.96
500.86
437.11

106827
1419968
66561
875934
500860
21418

175
50
134

metre
sqm
sqm

128.60
606.76
543.95

22505
30338
72889

Note 1(a):- Part of OPC 43 grade cement ( conforming to IS8112) can be substituted with Ground
Granulated Blast furnace slag (GGBS) to a minimum of 30%. The physical and chemical properties
of GGBS shall conform to IS: 12089-1987 (Reaffirmed 2008) . Uniform blending with OPC 43 grade
cement to be ensured in accordance with clauses 5.2 and 5.2.1 of IS:456-2000.
Note 1(b):- Quantity of cementitious material considered in this item is @ 330 kg/cum (230kg OPC
43 grade cement + 100kg GGBS . Excess/less OPC 43 grade cement used beyond 230kg as per
design mix is payable/recoverable separately @ rate of Rs. 7.50/kg of Ordinary Portland Cement.
Note 2(a):- Alternately Portland Pozzolona Cement (conforming to IS 1489 (Part-1) with minimum
30% flyash content can be used instead of Ordinary Portland Cement 43 grade and GGBS.
Note 2 (b):- Cement content considered in this item is @ 330 kg/cum . Cost adjustment @ the rate
of Rs 7.50 /kg of Portland Pozzolona Cement (conforming to IS 1489 (Part-1 )shall be made
towards excess/less use of cement in the design mix as per mix design).

3.2.1
3.2.2
3.3
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
3.3.8.1
3.3.9
3.3.10
3.4
3.4.1

All works up to plinth level.


All work above plinth level up to floor V level.
Centering and shuttering including strutting, propping etc. and removal of form for:

Foundations, footings, bases of columns, etc. for mass concrete.


Walls (any thickness) including attached pilasters, butteresses, plinth and string
courses etc.
Suspended floors, roofs, landings, balconies and access platform.
Shelves (Cast in situ)
Lintels, beams, plinth beams, girders, bressumers and cantilevers.
Columns, pillars, piers, abutments, posts and struts.
Stairs, (excluding landings) except spiral-staircases.
Edges of slabs and breaks in floors and walls
Under 20 cm wide
Cornices and mouldings
Weather shade, chajjas, corbels etc., including edges
Reinforcement for RCC work including straightening, cutting, bending, placing in
position and binding all complete .
Thermo-mechanically treated bars of grade Fe 500 D

92

SL No

Description

Qty

Unit

Rate

Amount

39468
97454

kg
kg

57.80
57.80

2281250
5632841

1812

sqm

148.82

269662

64

cum

6807.47

435678

478

cum

6858.60

3278411

Note: In case the contractor uses TMT reinforcement bars procured from the ISP or
secondary producers with the approval of Engineer-in-charge, the quoted rate for
providing and laying TMT reinforcement bars shall be reduced by Rs.3.00 per kg.
3.4.1.1
3.4.1.2
3.5

Up to plinth level.
Above plinth level
Finishing the exposed surfaces of RCC work with 6mm thick cement plaster of mix 1:3
(1 portland pozzolona cement : 3 fine sand) to give smooth and even surfaces.

SH 4 CC Block work
4.1

4.1.1

Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
200mm having minimum compressive strength not less than 70kg/cm2 in foundation
and plinth all complete as per particular specification and direction of Engineer-inCharge.
With cement mortar 1:6 (1portland pozzolona cement : 6 coarse sand) .
Note: The cement concrete blocks shall contain minimum of 40% flyash by volume of
blocks.

4.2

Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
200mm having minimum compressive strength not less than 70kg/cm2 in superstructure
all complete as per particular specification and direction of Engineer-in-Charge.

4.2.1
4.2.1.1

With cement mortar 1:6 (1portland pozzolona cement : 6 coarse sand) .


Above plinth level upto floor five level.
Note: The cement concrete blocks shall contain minimum of 40% flyash by volume of
blocks.

4.3

Precast cement concrete solid block masonry work with blocks of size 400 x 200 x
100mm having minimum compressive strength not less than 70kg/cm2 in superstructure
all complete as per particular specification and direction of Engineer-in-Charge.

4.3.1
4.3.1.1

With cement mortar 1:4 (1portland pozzolona cement : 4 coarse sand) .


Above plinth level upto floor five level.

1260

sqm

645.70

813582

Note: The cement concrete blocks shall contain minimum of 40% flyash by volume of
blocks.
Extra for providing and placing in position 2 Nos 6mm dia. M.S. bars at every third course of CC
block masonry.

1260

sqm

76.78

96743

4.4

93

SL No
4.5

Description
Brick edging 7cm wide 11.4 cm deep to plinth protection with common burnt clay F.P.S.
(non modular) bricks of class designation 50 including grouting with cement mortar 1:4
(1 portland pozzolona cement : 4 fine sand).

Qty

Unit

Rate

Amount

130

metre

40.38

5249

SH 5 Wood and PVC work


5.1

Providing wood work in frames of doors, windows, clerestory windows and other
frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners
of required dia and length (hold fast lugs or dash fastener shall be paid for seperately)

5.1.1
5.2

Kiln seasoned and chemically treated Honne wood


Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) nondecorative type, core of block board construction with frame of 1st class hard wood and
well matched commercial 3 ply veneering with vertical grains or cross bands and face
veneers on both faces of shutters.

4.16

cum

59326.21

246797

5.2.1
5.3

35mm thick including ISI marked stainless steel butt hinges with necessary screws.

225

sqm

2109.67

474676

225

sqm

565.87

127321

242

sqm

1455.63

352262

2420

kg

129.15

312543

666

each

129.65

86347

36

each

832.74

29979

Providing and fixing second class Teak wood beading 35mm x 12mm minimum depth
on all edges of flush door shutters covered under item no 5.2.1 (over all area of door
shutter to be measured).

5.4

5.4.1
5.5

5.5.1
5.6

5.7

Providing and fixing fly proof stainless steel grade 304 wire gauge, to windows and
clerestory windows using wire gauge with average width of aperture 1.4 mm in both
directions with wire of dia. 0.50 mm all complete.
With 12 mm aluminium U beading
Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S.
flats, square or round bars etc. including priming coat with approved steel primer all
complete.
Fixed to openings /wooden frames with rawl plugs screws etc.
Providing 40x5mm flat iron hold fast 40cm long including fixing to frame with 10mm
diameter bolts, nuts and wooden plugs and embeddings in cement concrete block
30x10x15cm 1:3:6 mix (1 portland pozzolona cement : 3 coarse sand : 6 graded stone
aggregate 20mm nominal size)
Providing and fixing aluminium die cast body tubular type universal hydraulic door
closer (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto
35 kg and door width upto 700 mm), with necessary accessories and screws etc.
complete.

94

SL No
5.8

5.9

5.9.1
5.10

5.10.1
5.10.2
5.10.3
5.11

5.12

5.12.1
5.12.2
5.13

5.13.1
5.14

Description
Providing and fixing chromium plated brass 100 mm mortice latch and lock with 6 levers
and a pair of lever handles of approved quality with necessary screws etc. complete.
Providing and fixing ISI marked powder coated aluminium sliding door bolts (minimum
thickness of polyester powder coating 60 micron conforming to Qualicoat class 2/AAMA 2604 - 05) with nuts and screws etc. complete:
250x16 mm
Providing and fixing ISI marked powder coated aluminium tower bolts (minimum
thickness of polyester powder coating 60 micron conforming to Qualicoat class 2/AAMA 2604 - 05) with nuts and screws etc. complete:
250x10 mm
200x10 mm
150x10 mm
Providing and fixing aluminium pull bolt lock, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868) transparent or dyed of required colour and
shade, with necessary screws bolts, nut and washers etc. complete.
Providing and fixing ISI marked powder coated aluminium handles (minimum thickness
of polyester powder coating 60 micron conforming to Qualicoat class - 2/AAMA 2604 05) with nuts and screws etc. complete:
125 mm
75 mm
Providing and fixing ISI marked powder coated aluminium hanging floor door stopper
(minimum thickness of polyester powder coating 60 micron conforming to Qualicoat
class - 2/AAMA 2604 - 05) with nuts and screws etc. complete:
Twin rubber stopper
Providing and fixing fibre glass reinforced plastic (FRP) door frames of cross section
90mm x 45mm having single rebate of 32mm x 15mm to receive shutter of 30mm
thickness. The laminate shall be moulded with fire resistant grade unsaturated polyester
resin and chopped mat. Door frame laminate shall be 2mm thick and shall be filled with
suitable teak wood block in all three legs. The frame shall be covered with fibre glass
from all sides. M.S.stay shall be provided at the bottom to steady the frame.

95

Qty

Unit

Rate

Amount

88

each

873.12

76835

88

each

208.81

18375

142
480
540

each
each
each

105.23
87.56
72.20

14943
42029
38988

72

each

84.85

6109

314
546

each
each

77.12
51.87

24216
28321

102

each

92.75

9461

238

metre

532.73

126790

SL No
5.15

Description
Providing and fixing to existing door frames 30 mm thick Glass Fibre Reinforced Plastic
(FRP) panelled door shutter of required colour and approved brand and manufacture,
made with fire - retardant grade unsaturated polyester resin, moulded to 3 mm thick
FRP laminate for forming hollow rails and styles, with wooden frame and suitable blocks
of seasoned wood inside at required places for fixing of fittings,and polyurethane foam
(PUF) core filled through injection method to a density of not less than 40kg/cum as
filler material through out the hollow panel, cast monolithically with 5 mm thick FRP
laminate for panels conforming to IS: 14856, including fixing to frames.

Qty

Unit

Rate

Amount

76

sqm

2652.79

201612

244

sqm

3395.99

828622

3360

kg

99.54

334454

286

kg

684.31

195713

SH 6 Steel work
6.1

6.2

6.2.1
6.3.1

Providing and fixing galvanized steel sheet composite door shutter of thickness 35mm
made of epoxy primer coated GI sheet of 0.6mm thick on either side with polyurethane
foam as core material filled through injection method to a density not less than
40kg/cum including stainless steel butt hinges etc., all complete as per the direction of
engineer-in-charge
Steel work welded in built up sections / framed work including cutting hoisting, fixing
in position and applying a priming coat of approved steel primer using structural steel
etc., as required.
In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works.
Providing and fixing stainless steel (Grade 304) railing made of hollow tubes, channels,
plates etc. including welding, grinding, buffing, polishing and making curvature
(wherever required) and fitting the same with necessary stainless steel nuts and bolts
complete i/c fixing the railing with necessary accessories & stainless steel dash
fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side
of waist slab with suitable arrangement as per approval of Engineer-in-charge. (for
payment purpose only weight of stainless steel members shall be considered excluding
fixing accessories such as nuts, bolts, fasteners etc.)

SH 7 Flooring
7.1

Providing and laying full body vitrified floor tiles of specified size (thickness to be
specified by the manufacturer) with water absorptions less than 0.08% and conforming
to IS:15622 laid on 20mm thick cement mortar 1: 4 (1portland pozzolona cement : 4
coarse sand) including grouting the joints with white cement and matching pigments etc.
complete

96

SL No

Description

Qty

Unit

Rate

Amount

253

sqm

1553.29

392982

19

sqm

1563.73

29711

485

sqm

924.33

448300

206

sqm

1049.62

216222

46

metre

254.71

11717

70

sqm

1564.70

109529

(Note: Vitrified tiles should have not less than 10% recycled material content)
7.1.1
7.2

7.2.1
7.3

7.4

7.5

7.5.1
7.6

7.6.1
7.6.1.1

Size of tile 60 x 60cm with matt finished vitrified tiles.


Providing and laying vitrified tiles of cut size 600mm long 100mm width or required size
for dado (thickness to be specified by the manufacturer) with water absorption less than
0.08% and conforming to IS: 15622 in light colours, shades and approved texture in
skirting and dados over 12mm thick bed of cement mortar 1 : 3 (1 portland pozzolona
cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including
pointing in white cement mixed with pigment of matching shade complete.
(Note: Vitrified tiles should have not less than 10% recycled material content)
With polished vitrified tiles

Providing and fixing first quality ceramic glazed wall tiles conforming to IS : 15622
(thickness to be specified by the manufacturer) of approved make in all colours, shades
of size 300 x 450mm as approved by Engineer- in- charge in dados over 12mm thick
bed of cement mortar 1:3 (1 portland pozzolona cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with
pigment of matching shade complete.
Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more
(thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622,
of approved make, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick
cement mortar 1:4 (1 portland pozzolona cement: 4 Coarse sand), including grouting
the joints with white cement and matching pigments etc., complete.
Providing edge moulding to 18 mm thick granite stone counters, Vanities etc., including
machine polishing to edge to give high gloss finish etc. complete as per design
approved by Engineer-in-Charge.
Granite work
Stone tile (polished) work for wall lining over 12 mm thick bed of cement mortar 1:3 (1
portland pozzolona cement : 3 coarse sand) and cement slurry @ 3.3 kg/sqm including
pointing in white cement complete.
8mm thick
Granite slab of Sadarahalli of approved shade and pattern as directed by the Engineerin-Charge

97

SL No
7.7

7.7.1
7.8

7.8.1
7.8.2

Description
Providing and fixing stone slab with table rubbed, edges rounded and polished, of size
75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of
appropriate width with chase cutter and embedding the stone in the chase with epoxy
grout or with cement concrete 1:2:4 (1 portland pozzolona cement : 2 coarse sand : 4
graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and
finished smooth.
Granite Stone slab of Sadarahalli of approved shade
Providing and laying flamed finish Granite stone flooring in required design and
patterns, in linear as well as curvilinear portions of the building all complete as per the
architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of
cement mortar 1:4 (1 portland pozzolona cement : 4 coarse sand) laid and jointed with
cement slurry and pointing with white cement slurry admixed with pigment of matching
shade including rubbing, curing and polishing etc. all complete as specified and as
directed by the Engineer in- Charge :
Flamed finish granite stone slab of Sadarahalli of approved shade (for verandah, stairs,
porch, lobby, staircase landing, treads, skirting along stair walls)
Granite stone slab of Sadarahalli of approved shade and pattern as approved by the
Engineer-in- Charge.(for kitchen , ration, fuel store, garbage bin, barrack, balcony and
drying place, space for box room)

Qty

Unit

Rate

Amount

4.5

sqm

1172.80

5278

197

sqm

1240.80

244438

1265

sqm

1240.80

1569612

69

metre

158.10

10909

12

each

206.21

2475

180

metre

255.93

46067

SH 8 Roofing
8.1

8.1.1
8.2

8.3

8.3.1

Providing gola 75x75 mm in cement concrete 1:2:4 (1portland pozzolona cement: 2


coarse sand : 4 stone aggregate 10 mm and down gauge), including finishing with
cement mortar 1:3 (1 portland pozzolona cement: 3 fine sand) as per standard design
In 75x75 mm deep chase
Making khurras 45x45 cm with average minimum thickness of 5 cm cement concrete
1:2:4 (1 portland pozzolona cement:2 coarse sand : 4 graded stone aggregate of 20
mm nominal size) over P.V.C. sheet 1 m x1 m x 400 micron, finished with 12 mm
cement plaster 1:3 (1portland pozzolona cement: 3 coarse sand) and a coat of neat
cement, rounding the edges and making and finishing the outlet complete.
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 10mm
gap for thermal expansion, (i) Single socketed pipes
110 mm diameter

98

SL No
8.4

Description
Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS : 5382 leaving 10mm gap for thermal expansion.

8.4.1
8.4.1.1
8.4.2
8.4.2.1
8.5

Bend 87.5
110 mm
Shoe (Plain)
110 mm
Providing and fixing unplasticised - PVC pipe clips of approved design to unplasticised PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S.
screws of required length including cutting brick work and fixing in cement mortar 1:4 (1
portland pozzolona cement: 4 coarse sand) and making good the wall etc. complete.

8.5.1
8.6

110 mm
Providing and fixing to the inlet mouth of rain water pipe PTMT (an Engineering
Thermoplastic) grating square (Slit) 150mm square with a height of 8mm and weighing
not less than 100gms

Qty

Unit

Rate

Amount

12

each

178.48

2142

12

each

326.03

3912

72

each

208.86

15038

12

each

108.33

1300

3991

sqm

165.11

658954

1855

sqm

265.76

492985

1208

sqm

497.05

600436

1855

sqm

104.90

194590

SH 9 Finishing
9.1
9.1.1
9.2

9.3
9.3.1
9.4
9.4.1

12mm cement plaster of mix :


1:6 (1 portland pozzolona cement : 6 fine sand)
18 mm cement plaster in two coats under layer 12 mm thick cement plaster 1:5 (1
portland pozzolona cement : 5 coarse sand) finished with a top layer 6 mm thick cement
plaster 1:6 (1 portland pozzolona cement : 6 fine sand).
Extra for plastering done on moulding, cornices or architraves including neat finish to
line and level :
In two coats
Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of
required shade :
New work (Two or more coats applied @ 1.43 ltr/ 10 sqm over and including priming
coat of exterior primer applied @ 2.20 kg/ 10 sqm)

99

SL No
9.5

9.5.1
9.6

9.6.1
9.7

Description
Distempering with 1st quality acrylic distemper, having VOC (Volatile Organic
Compound ) content less than 50 grams/ litre, of approved brand and manufacture,
including applying additional coats wherever required, to achieve even shade and
colour.
Two coats
Painting with synthetic enamel paint, having VOC (Volatile Organic Compound) content
less than 150 grams/litre, of approved brand and manufacture, including applying
additional coats wherever required to achieve even shade and colour.
Two coats
Applying priming coats with primer of approved brand and manufacture, having low
VOC (Volatile Organic Compound) content.

Qty

Unit

Rate

Amount

1952

sqm

50.49

98556

1855

sqm

79.10

146731

9.7.1

With ready mixed pink or grey primer on wood work (hard and soft wood) having VOC content
less than 50grams/litre.

522

sqm

39.88

20817

9.7.2

With water thinnable cement primer on wall surface having VOC content less than 50
grams/litre

1952

sqm

39.61

77319

18

each

3748.37

67471

each

3664.95

10995

SH 10 Sanitary installations
10.1

10.1.1
10.2

10.2.1

Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm
sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush
pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all
fittings and fixtures complete, including cutting and making good the walls and floors
wherever required:
White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type
foot rests
Providing and fixing white vitreous china pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, having dual
flushing cistern including flush pipe, with manually controlled device conforming to IS :
7231, with all fittings and fixtures complete, including cutting and making good the walls
and floors wherever required :
W.C. pan with ISI marked white solid plastic seat and lid

100

SL No

Description
Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350
mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass
flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per
IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass, including
painting of fittings and cutting and making good the walls and floors wherever required :
10.3.1
Range of three half stall urinals with 10 litre P.V.C.automatic flushing cistern
10.4
Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting
and making good the walls wherever require:
10.4.1
White Vitreous China Flat back wash basin size 550x 400 mm with single 15 mm C.P.
brass pillar tap
10.5
Providing and Fixing CP Brass angle stop cock(continental-053 KN) of jaquar make
10.6
Providing and fixing of long CP Brass Long body bib cock (continental-107 KN)
10.7
Providing and fixing CP Brass shower (HSH-1937) of jaquar make
10.8
Providing and fixing CP Brass towel rail of jaquar make 600 mm long towel rail with
total length of 645 mm, width 78 mm and effective height of 88 mm, weighing not less
than 190
10.9
Providing and fixing stainless steel AISI-304(18/8) kitchen sink with as per I.S:13983
with C.I. brackets and steel plug, 40mm including painting the fittings and brackets,
cutting and making good the walls wherever required :
10.9.1
Kitchen sink with drain board
10.9.1.1
510 x 1040 mm bowl depth 250mm
10.10
Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste
fittings complete.
10.10.1
Flexible pipe
10.10.1.1 32mm dia
10.10.1.2 40mm dia
10.11
Providing and fixing mirror of superior glass (of approved quality) and of required shape
and size with plastic moulded frame of approved make and shade with 6 mm thick hard
board backing :
10.11.1
Oval shape 450x350 mm (outer dimensions)
10.11.2
Rectangular shape 1500x450 mm

Qty

Unit

Rate

Amount

each

14816.58

88899

28
60
50
18

each
each
each
each

1996.48
931.00
1335.00
1450.00

55901
55860
66750
26100

22

each

1364.00

30008

each

7791.22

15582

28
6

each
each

82.25
84.79

2303
509

4
24

each
each

866.11
1472.09

3464
35330

10.3

101

SL No
10.12
10.12.1
10.12.1.1
10.13

Description
Providing and fixing soil, waste and vent pipes :
100 mm dia
Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989.
Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast
iron (spun) pipe embedded in and including cement concrete blocks 10x10x10 cm of
1:2:4 mix (1 Portland Pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size), including cost of cutting holes and making good the walls etc. :

10.13.1
10.14
10.14.1
10.14.1.1
10.15
10.15.1
10.15.1.1
10.16

For 100mm dia pipe


Providing and fixing bend of required degree
100 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing heel rest sanitary bend
100 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing single equal plain junction of required degree with access door,
insertion rubber washer 3 mm thick, bolts and nuts complete.
10.16.1
100x100x100mm
10.16.1.1 Sand cast iron S&S as per IS - 3989
10.17
Providing and fixing terminal guard:
10.17.1
100 mm
10.17.1.1 Sand cast iron S&S as per IS - 3989
10.18
Providing and fixing collar
10.18.1
100 mm
10.18.1.1 Sand cast iron S&S as per IS - 3989
10.19
Painting sand cast iron/centrifugally cast (spun) iron soil, waste vent pipes and fittings
with two coats of synthetic enamel paint of any colour such as chocolate grey, or buff
etc. over a coat of primer (of approved quality) for new work :
10.19.1
100 mm diameter pipe
10.20
Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and
fittings of diameter :
10.20.1
100 mm

102

Qty

Unit

Rate

Amount

156

metre

1013.93

158173

95

each

168.92

16047

each

370.94

1484

each

410.71

1643

19

each

689.17

13094

each

480.04

1920

each

351.71

1407

156

metre

42.70

6661

31

each

269.30

8348

SL No
10.21
10.21.1
10.22

Description
Providing and fixing M.S. stays and clamps for sand cast iron/ centrifugally cast (spun)
iron pipes of diameter :
100 mm
Providing and fixing (900mm long arm) trap of self cleansing design with stainless steel
grating complete, including cost of cutting and making good the wall and floors :

10.22.1
10.22.1.1

100 mm inlet and 100 mm outlet.


Sand cast iron S&S as per IS:3989

11.1

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and testing of joints complete as per
direction of Engineer in Charge.

11.1.1
11.1.1.1
11.1.1.2
11.1.1.3
11.2

Internal work - Exposed on wall


25 mm nominal outer dia pipes
32 mm nominal outer dia pipes
50 mm nominal outer dia Pipes
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
i/c fixing the pipe with clamps at 1.00m 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.

Qty

Unit

Rate

Amount

31

each

75.79

2349

36

each

1085.52

39079

134
67
67

metre
metre
metre

255.54
327.79
642.50

34242
21962
43048

584

metre

298.30

174207

SH 11 Water supply

Concealed work, including cutting chases and making good the walls etc.,
11.2.1

15 mm nominal outer dia pipes

103

SL No
11.3

11.3.1
11.4
11.4.1
11.4.2
11.5
11.5.1
11.6
11.6.1
11.6.1.1
11.7
11.7.1
11.8
11.8.1
11.9
11.9.1
11.10

Description
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings
This includes jointing of pipes & fittings with one step CPVC solvent cement ,trenching
,refilling & testing of joints complete as per direction of Engineer in Charge.

Qty

Unit

Rate

Amount

50 mm nominal outer dia Pipes


Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) :
25 mm nominal bore.
50 mm nominal bore.
Providing and fixing ball valve ( brass) of approved quality - High or low pressure with
plastic floats complete :
25mm nominal bore
Providing and fixing uplasticised PVC connection pipe with brass unions :
45 cm length
15 mm nominal bore
Providing and fixing C.P. brass bib cock of approved quality conforming to IS 8931.
15 mm nominal bore
Providing and fixing C.P. brass long nose bib cock of approved quality conforming to IS
standards and weighing not less than 810 gms.
15 mm nominal bore
Providing and fixing C.P brass stop cock (concealed) of standard design and of
approved make conforming to IS:8931 :
15 mm nominal bore
Providing and fixing PTMT soap Dish Holder having length of 138mm, breadth 102mm,
height of 75mm with concealed fitting arrangements, weighing not less than 106 gms.

40

metre

579.03

23161

2
2

each
each

473.79
829.43

948
1659

each

497.10

994

each

75.79

152

14

each

507.66

7107

14

each

880.19

12323

22

each

684.70

15063

28

each

182.24

5103

50
130

metre
metre

384.80
517.71

19240
67302

SH 12 Drainage
12.1

12.1.1
12.1.2

Providing and laying non-pressure NP2 class (light duty) RCC pipes with collars jointed
with stiff mixture of cement mortar in the proportion of 1:2 (1 portland pozzolona cement
: 2 fine sand) including testing of joints etc complete
150 mm dia RCC pipe
250 mm dia RCC pipe

104

SL No
12.2

12.2.1
12.2.1.1
12.3

12.3.1
12.3.1.1
12.4
12.4.1
12.4.1.1
12.5

12.5.1

Description
Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating
brick masonry chamber with water tight C.I. cover with frame of 300 x300mm size
(inside) the weight of cover to be not less than 4.50kg and frame to be not less than
2.70 kg as per standard design
100x100 mm size P type
With bricks of class designation 50

Qty

Unit

Rate

Amount

10

each

1711.22

17112

16

each

8406.70

134507

metre

6040.83

36245

each

4372.25

17489

Constructing brick masonry manhole in cement mortar 1:4 (1 portland pozzolona cement : 4
coarse sand) R.C.C. top slab with 1:2:4 mix (1 portland pozzolona cement : 2 coarse sand : 4
graded stone aggregate 20mm nominal size), foundation concrete 1:4:8 mix (1portland
pozzolona cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside
plastering 12mm thick with cement mortar 1:3 (1 portland pozzolona cement : 3 coarse sand)
finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1
portland pozzolona cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size)
finished with a floating coat of neat cement complete as per standard design

Inside size 90x80cm and 45cm deep including precast RCC manhole cover and frame
LD-rectangular shape 600x 450mm internal dimensions
With bricks of class designation 50
Extra for depth for manholes :
Size 90x80 cm
With bricks of class designation 50
Constructing brick masonry road gully chamber 50x45x60 cm with bricks in cement
mortar 1:4 (1 portland pozzolona cement : 4 coarse sand) including 500x450 mm precast R.C.C. horizontal grating with frame complete as per standard design :
With common burnt clay F.P.S. (non modular) bricks of class designation 50

105

SL No

Description

Qty

Unit

Rate

Amount

1400

kg

417.34

584276

1782

kg

481.42

857890

226

sqm

915.60

206926

16

each

462.52

7400

SH 13 Aluminium work
13.1

13.1.1
13.1.1.1
13.1.1.2

13.2

13.2.1
13.3

Providing and fixing aluminium work for doors, windows, ventilators and partitions with
extruded built up standard tubular sections / Z sections and other sections of
approved make conforming to IS: 733 and IS: 1285, fixed with rawl plugs and screws
or with fixing clips, or with expansion hold fasteners including necessary filling up of
gaps at junctions, at top, bottom and sides with required neoprene felt etc. Aluminium
sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever
required including cleat angle, aluminium snap beading for glazing / panelling, C.P.
brass / stainless steel screws, all complete as per architectural drawings and the
directions of Engineer - in - charge. (Glazing and panelling to be paid for separately) :
Powder coated aluminium (minimum thickness of powder coating 60 micron
conforming to qualicoat class - 2/AAMA 2604 - 05).
For fixed portion
For shutters of doors, windows & ventilators including providing and fixing hinges /
pivots and making provision for fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)
Providing and fixing glazing in aluminium door, window, ventilator shutters, and
partitions etc. with EPDM/neoprene gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading
shall be paid in basic item)
with float glass panes of 4.0mm thickness
Providing and fixing 100mm brass locks (best make of approved quality) for aluminium
doors including necessary cutting and making good etc. complete.

SH 14 Water proofing
14.1

Providing and laying water proofing treatment in sunken portion of WC's, bath room
etc by applying cement slurry mixed with water proofing cement compound consisting
of applying :
i) First layer of slurry of cement at 0.488 kg per sqm mixed with water proofing cement
compound (Tapecrete or equivalent) @0.253 kg/sqm. This layer will be allowed to air cure for 4
hours:

106

SL No

Description

Qty

Unit

Rate

90

sqm

1434.80

Amount

ii) Second layer of slurry of cement at 0.242 kg per sqm mixed with water proofing cement
compound (Tapecrete or equivalent) @0.126 kg/sqm. This layer will be allowed to air cure for 4
hours followed with water curing for 48 hours.:
iii) Third layer is to be provided with 12mm cement plaster 1:4 (1 portland pozzolona cement : 4
coarse sand) mixed with water proofing compound (Tapecrete or equivalent ) @ 0.126kg/sqm.
iv) Fourth layer of 1.2mm thick EPDM membrane " Flexshield" of Dr. fixit or equivalent laid with
bonding adhesive with over laps at joints not less than 75mm including applying a coat of
adhesive to finished membrane and sprinkling sand over the adhesive layer to have adequate
bond to the next layer.
v) Fifth layer is to be provided with 12mm cement plaster 1:4 (1 portland pozzolona cement : 4
coarse sand) mixed with water proofing compound (Tapecrete or equivalent) @ 0.126kg/sqm.

14.2

The rate includes preparation of surface treatment, removal of dust from surface using
compressed air and sealing of all joints, corners, junctions of pipes and masonry with polymer
mixed slurry including applying a coat of adhesive on the EPDM membrane followed by
sprinkling of sand to good bonding with next layer.
Providing and laying integral cement based water proofing treatment including preparation of
surface as required for treatment of roofs, balconies, terraces etc consisting of following
operations.
(a) Applying a slurry coat of neat cement using 2.75 Kg/sqm. of cement admixed with water
proofing compound conforming to IS: 2645 and approved by Engineer-in- charge over the RCC
slab including adjoining walls upto 300mm height including cleaning the surface before
treatment.
b) Laying brick bats with mortar using broken bricks / brick bats 25 mm to 115mm size with 50%
of cement mortar 1:5 (1 portland pozzolona cement : 5 coarse sand ) admixed with water
proofing compound conforming to IS:2645 and approved by Engineer-in-charge over 20mm
thick layer of cement mortar of mix 1:5 (1 portland pozzolona cement :5 coarse sand) admixed
with water proofing compound conforming to IS: 2645 and approved by Engineer-in-charge to
required slope and treating similarly the adjoining walls upto 300 mm height including rounding
of junctions of walls and slabs.
c) After two days of proper curing applying a second coat of cement slurry using 2.75kg / sqm of
cement admixed with water proofing compound conforming to IS: 2645 and approved by
Engineer-in-charge.

107

129132

SL No

Description

Qty

Unit

Rate

542

sqm

1125.85

Amount

d) Finishing the surface with 20mm thick jointless cement mortar of mix 1:4 (1portland
pozzolona cement : 4 coarse sand) admixed with water proofing compound conforming to IS:
2645 and approved by Engineer-in-charge including laying woven glass fibre mat of 2mm
apertures of approved quality in top layer of plaster and finally finishing the surface with trowel
with neat cement slurry and making pattern of 300 x 300mm square 3mm deep.

14.2.1

e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks
for curing and for final test.
All above operations to be done in order and as directed and specified by the Engineer-incharge.
With average thickness of 120mm and minimum thickness at khurra as 65mm.

610211

38650391

Civil total
Electrical Schedule B
1

a)
2
3

a)
b)
c)
d)
e)
5
a)

Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable in surface / recessed PVC conduit, with modular
switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable etc as required.
Group - B
Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core
cable infor
surface/
recessed
PVCFRLS
conduit
alongwith
1 No
4 sq.conductor
mm FRLSsingle
PVC core
Wiring
light/ power
plugmedium
with 4X4class
sq. mm
PVC
insulated
copper
cable in surface/ recessed medium class PVC conduit alongwith 2 Nos 4 sq. mm FRLS PVC
insulated copper conductor single core cable for loop earthing as required
Wiring for circuit/submain wiring alongwith earth wire with the following sizes of FRLS PVC
insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit
as required
2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire
2 X 6 sq. mm + 1 X 6 sq. mm earth wire
4 X 6 sq. mm + 2 X 6 sq. mm earth wire
4 X 10 sq. mm + 2 X 10 sq. mm earth wire
4 X 16 sq. mm + 2 X 16 sq. mm earth wire
Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core
cable in the existing surface/ recessed steel/ PVC conduit as required.
6 X 1.5 sq. mm

108

459
450

Point
Metre

646.00
179.00

296514
80550

420

Metre

304

127680

800
500
80
80
125

Metre
Metre
Metre
Metre
Metre

117

660.00
976.00

93600
122000
34400
52800
122000

400

Metre

105

42000

244.00
430.00

SL No

Description

Supplying and drawing following pair 0.5 sq mm FRLS PVC insulated annealed copper
conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as
required.
2 Pair
20 Pair
Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE
insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing
surface/ recessed steel/ PVC conduit as required.
Supplying and drawing of UTP 4 pair CAT 6 cable in the existing surface / recessed steel/ PVC
conduit as required.
Supplying and fixing of following sizes of medium class PVC conduit along with accessories in
surface/recess including cutting the wall and making good the same in case of recessed conduit
as required.
20 mm
25 mm
32 mm
Supplying and fixing following modular switch/ socket on the existing modular plate & switch box
including connections but excluding modular plate etc. as required.
Telephone Socket outlet
T.V antena Socket outlet
RJ45 socket outlet
Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch
box including connections but excluding modular plate etc. as required.
Supplying and fixing modular blanking plate on the existing modular plate & switch box
excluding modular plate as required.
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in
recess, including providing and fixing 3 pin 5/6 amps modular socket outlet and 5/6 amps
modular switch, connection etc. as required.
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and 15/16
amps modular switch, connection etc. as required.
Supplying and fixing suitable size GI/ PVC box with modular plate and cover in front on surface
or in recess, including providing and fixing 2nos 6 pin 5/6 & 2nos 15/16 amps modular socket
outlet and 2nos. 15/16 amps modular switch, connection etc. as required. (For computer outlet)

a)
b)
7

8
9

a)
b)
c)
10
a)
b)
c)
11
12
13

14

15

109

Qty

Unit

Rate

Amount

100
80

Metre
Metre

20
140.00

2000
11200

100

Metre

31.00

3100

50

Metre

36.00

1800

120
140
250

Metre
Metre
Metre

59.00
72.00
94.00

7080
10080
23500

10
5
1

Each
Each
Each

105
104
682

1050
520
682

77

Each

314

24178

50

Each

25.00

1250

141

Each

335

47235

45

Each

436

19620

Each

3051

9153

SL No

Description

Qty

Unit

Rate

16

Supply and fixing following pair Telephone Junction boxes with suitable size of Krone
Connector module including terminating the cable etc as required.
20 Pair
Supplying and fixing DP sheet steel enclosure on surface/ recess along with 25/32amps 240
volts "C" curve DP MCB complete with connections, testing and commissioning etc. as required.

Each

1156

6936

Each

682

2728

8
8

Each
Each

2403.00
3478.00

19224
27824

Each

4947.00

19788

384

Each

187

71808

8
8

Each
Each

2534
6155

20272
49240

8
4

Each
Each

3541
9738

28328
38952

a)
17

a)
b)
2

a)
3

a)
4

a)
b)
5
a)
b)

Amount

SH.2. MCB & DB'S


Supplying and fixing following way, horizontal type 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, interconnections, powder painted including earthing etc. as required.
(But without MCB/RCCB/Isolator) (For Power, Computer and D.B for AC)
4 way (4 + 12), Double door
8 way (4 + 24), Double door
Supplying and fixing of following ways surface/ recess mounting, vertical type, 415 volts, TPN
MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 300
amps tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCB's (but
without MCB's and incomer ) as required . (Note : Vertical type MCB TPDB is normally used
where 3 phase outlets are required.)
4 way (4 + 12), Double door
Supplying and fixing of following rating, 240/415 volts, "C" curve, miniature circuit breaker
suitable for inductive load of following poles in the existing MCB DB complete with connections,
testing and commissioning etc. as required.
Single pole
Supplying and fixing following rating, four pole, (three phase and neutral), 415 volts, residual
current circuit breaker (RCCB), having a sensitivity current upto 300 milliamperes in the existing
MCB DB complete with connections, testing and commissioning etc. as required.
63 Amps
100 Amps
Providing and fixing following rating and breaking capacity MCCB in existing cubicle panel
board including drilling holes in cubicle panel, making connections, etc. as required.
100 Amps, 16 KA, Triple Pole MCCB
200 Amps, 25 KA, Four Pole MCCB

110

SL No
1

Description
SH.3- Fan & Fittings
Supply, installation, testing and commissioning of box type fluorescent fitting made of CRCA
sheet metal with electronic ballast and complete with all accessories including 1 no. 28W T-5
tube and connections, earthing etc. as required. ( Philips Cat. No.TMS122 M1xTL5-28W EBT/
Havells Cat No. Regal baten T5 1 X 28W/ Bajaj Cat. No. BTCR 128)
Supplying , fixing ,testing and commissioning of 2' X 2' recessed mounting flat panel LED
luminire with constant current electronic driver suitable for grid ceiling having light output not
less than 3300 lumen etc. as required.( Philips model No. RC 366B LED 33-OD WH/ Syska
model No. -6060-36/ CG Model No. Aura-I LCPL-36-CDL )
Supplying and fixing of wall bracket fitting suitable for one number LED lamp complete with all
accessories but excluding LED lamp etc complete as required. (Make: Havells, city 2 or
approved equivalent from Bajaj/ Crompton/ Wipro.)
Supplying , fixing , testing and commissioning of 12W surface mounting circular / squire LED
luminaire having light output not less than 840 lumen with suitable inbuilt electronic driver etc as
required. (Make/Model : CG, Pearl square/ Wipro, CRDL11 SO13HP57/ Syska, SSK 081402)
Supplying & fixing wall mounting 11 Watt, CFL luminaire, finished with chrome housing IP 21
water ressistant and covered with opal poly carbonate glass/globe of lamp compartment
including S/F 1 No. 11 watts retrofit / PL CFL lamp complete with all accessories, connection,
testing & commissioning etc as required. (Make: Bajaj - BJC111 / Crompton - TLN11 / Philips)
Supply, installation, testing and commissioning of A.C Ceiling fan with 1200 mm sweep with 5
star rating suitable for operation on 230 V single phase 50 Hz, AC supply, including wiring the
down rod with 1.5 sq.mm pvc insulated copper conductor as required. (Make: Usha-Technix flair
/ Bajaj - Regal Star / Crompton - H5 Plus)
Supply, Installation, testing and commissioning of 225 / 230 mm sweep metallic exhaust fan
suitable for operation on 230V, single phase AC supply, with louvers/ shutters including making
suitable opening, making good the damage, etc. complete as reqd. (Make: USHA- Turbo LD
EXH FAN DBB Grey/ CG - Trans Air 9" Grey / Bajaj- Freshee metallic Grey Dom Ex.fan ).
SH.4- Lightning Conductor
Providing and fixing of lightning conductor finial, made of 25 mm dia 300 mm long, GI tube,
having single prong at top, with 85 mm dia 6 mm thick GI base plate including holes etc.
complete as required.

111

Qty

Unit

Rate

Amount

66

Each

1271.00

83886

24

Each

10124.00

242976

62

Each

734.00

45508

114

Each

2097.00

239058

Each

1010.00

2020

77

Each

2263.00

174251

39

Each

2541.00

99099

Each

844.00

3376

SL No

Description

Jointing copper/GI tape (with another copper/GI tape, base of the finial or any other metallic
object) by riveting / nut bolting/ sweating and soldering etc as required.
Providing and fixing GI tape 20 mm X 3 mm thick on parapet or surface of wall for lightning
conductor complete as required.(For horizontal run)
Providing and fixing GI tape 20 mm X 3 mm thick on parapet or surface of wall for lightning
conductor complete as required.(For vertical run)
Providing and fixing testing joint, made of 20 mm X 3 mm thick GI strip, 125 mm long, with 4
nos. of GI bolts, nuts, chuck nuts and spring washers etc. complete as required.
Providing and laying GI tape 32 mm X 6 mm from earth electrode directly in ground as required.

3
4
5
6
7

Earthing with GI earth plate 600 mm X 600 mm X 6 mm thick including accessories, and
providing masonry enclosure with cover plate having locking arrangement and watering pipe of
2.7 metre long etc. with charcoal/ coke and salt as required.
SUB-HEAD- 5 Main Panel
MV- PANEL(Essential):SITC of Floor mounting, free standing, extendible, compartmentalised, powder coated cubical
panel board, suitable for 3 Phase, 4 Wire, 440 volts 50 Hz AC Supply, fabricated with CRCA
sheet steel not less than 2 mm thick, dust and vermin proof, with ventilation louvers, cable
alleys, detachable gland plate, ISMC 100 mm MS Channel base frame, with following
capacity, insulated tinned copper busbar, Incoming and out going switch gears, meters,
connection, interconnection, earthing and MV danger notice board etc( confirming to section 4
of CPWD specification for electrical works Part IV).
INCOMING
a) 630 A capacity, 440V, 50 Hz, 4pole MCCB( 50 KA)(Ics=100%Icu) with microprocessor
based OC, S/C release and ROM (long handle type ) Make:(L&T / Siemens / GE / Schneider) 1 Nos.
b) 630 A capacity, 440V, 50 Hz, 4 pole MCCB (with out protection release) with ROM (long
handle type ) for bus coupler with mechanical interlocking arrangement with incomer MCCBs
as in Item (a) above Make: (L&T / Siemens/ GE/ Schneider) - 1 No.
c) Current Transformer 600 / 5 ratio, 15 VA burden (For in comming supply) 3 Nos. - 2 Set
d) Combined Digital type display meter suitable for measuring AC voltage, Current, KWH, KW,
PF, Frequency etc.- 2 Nos
e) 3 Phase indicating LED lamps, with toggle switch and HRC control fuse (3 Nos.) - 2 Set

112

Qty

Unit

Rate

Amount

Each

80.00

320

180

Metre

75.00

13500

160

Metre

108.00

17280

Each

78.00

312

80

Metre

156.00

12480

Set

4961.00

19844

SL No

Description

Qty

Unit

Rate

Amount

Set

366515.00

366515

Sets

4961.00

9922

50

Metre

465.00

23250

50

Metre

157.00

7850

16

Each

7029

112464

16

Each

3510

56160

Each

1222

9776
2958939

BUSBAR
630 A Capacity 4 strip tinned Copper bus bars with suitable supports -1 Set.
OUTGOING
a) 250 A capacity, 415V, 50 Hz, TP MCCB(36 KA)(Ics=100%Icu) with microprocessor based
OC, S/C release and ROM (long handle type) (Make: L& T/ SIEMENS/ GE/ Schnieder) - 6 Nos.

A
1

EARTH
G.I. Earth strip of size 50x6 mm for full width of board with 2 termination points.
Earthing with G. I. Earth Plate 600mm x 600mm x 6mm thick i/c accessories and providing
masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 mtr
long etc. with charcoal or coke and salt complete as required.
Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode
including connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as required.
Providing and fixing 25mm x 5mm G.I. strip on surface or in recess for connection etc. as
required.
SUB HEAD- 6 Fire Extinguishers and Miscellaneous
Fire Extinguishers
Providing and fixing Carbon-di-oxide fire extinguishers consisting of welded M.S cylindrical body, squeeze
lever discharge valve fitted with internal discharge tube, 30cms long high pressure discharge hose,
discharge nozzle, suspension bracket, confirming to IS : 15683 finished externally with red enamel paint
and fixed to wall with brackets with rawl plug/dash fasteners complete with internal charge. Capacity 4.5
kg. ISI Marked.( Contractor should submit test certificate form manufacturer along with serial number of
every extinguishers supplied.)

Providing and fixing ABC powder type fire extinguishers consisting of welded M.S. cylindrical
body automatic modular ABC powder type extinguisher actuated through a sprinkler head
mounted on The extinguisher body finished externally with red enamel paint and fixed to ceiling
with brackets complete with internal charge. [For Transformer/DG/LT panel room]

a.
3

Capacity 4 Kg.(IS:15683)
Providing and fixing of self illuminated / auto glow "EXIT" signs printed on photoluminescent
sheet containing self illuminated base chemical, of appropriate size not less than 400 x 150
mm, suspended from ceiling or fixed to the walls with accessories as required and as directed
at site.
B Electrical Total

113

Description

Qty

(.)
Estimated Cost put to tender (Rs.)


Sr.No. Name of component


Proforma for quoting the rates

Name of the Contractor

Estimated
cost


Civil Work

38650391


Electrical Work

2958939


Total Cost

2
3
4

Rate

Amount

41609330

Unit

41609330

. .
Only one of the options is to be filled. More than one option shall be rejected.
.
Rate filled in any form shall be considered only in %age
.
Rate filled at any other place in the document shall not be considered.
.
No condition shall be accepted.



percentage above
or below the
estimated cost

SL No

%
% in
Total Cost
Figures

-100.00

Executive Engineer,
BCD III, CPWD, Bangalore

114

You might also like