Download as pdf or txt
Download as pdf or txt
You are on page 1of 139

Name of Work:-Construction of Centre for Disability Studies in Aizawl, Mizoram.

(SH :-C/O
Administration / Academic block, Boy's cum Girls hostel (D/S),
Dining/Common room and,1 no. Type-IV quarter (S/S) including water
supply, sanitary installations, sewerage, drainage, manual fire alarm
system, development and electrical works.

INDEX
Sl. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Description

Page No.

PART A
Notice Inviting Tender (CPWD-6)
CPWD-8
Schedules (A to F)
Form of Performance Security/Form of Earnest Money Deposit
Amendments in GCC 2014 upto CON 283
PART B
General Conditions / Additional Specifications/Brief Specifications of
different part of the building
PART C
Schedule of Quantities (for Civil Works)
PART D
Schedule A to F ( Electrical Works)
Additional conditions and Specifications for Electrical works
PART E
Schedule of Quantities (for Electrical Works)

2
3 - 10
11 - 12
13 - 23
24 - 25
26 - 30
31
32 - 71
72
73 - 98
99
100 - 102
103 - 122
123
124 135

CERTIFIED THAT THIS NIT DOCUMENT CONSISTS OF TOTAL 135PAGES

Chief EstimatorExecutive Engineer(P)Executive Engineer(E) (P)

Superintending Engineer (P cum ACC)

APPROVED
Chief Engineer
NEZ-II, CPWD, Agartala

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 1

PART A

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 2

CPWD-6 FOR E-TENDERING


1. Online item rate composite bidsare invited on behalf of President of India from contractors of
appropriate class in composite category and those of appropriate category of CPWD who have
given consent by uploading the consent letter to enlisting authority for conservation of enlistment
into composite category for the work of:- Construction of Centre for Disability Studies in
Aizawl, Mizoram. (SH :-C/O Administration / Academic block, Boy's cum Girls hostel (D/S),
Dining/Common room and 1 no. Type-IV quarter (S/S) including water supply, sanitary
installations, sewerage, drainage, manual fire alarm system, development and electrical
works.
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.8,03,13,620/- in which Civil Works cost Rs.7,23,84,221/-

and Electrical Works cost Rs.79,29,399/-.This estimate, however, is given merely as a rough
guide.
1.1.1 The eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.
2.
Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or
other Standard Form as mentioned) which is available as a Govt. of India Publication and also
available on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 360 days from the date of start as defined
in schedule 'F' or from the first date of handing over of the site, whichever is later, in accordance
with the phasing, if any, indicated in the bid documents.
4.(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 program of completion submitted by the contractor
after award of the work.
5 . The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be complied
with and other necessary documents except Standard General Conditions of Contract Form 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 rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 3

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, Aizawl Central Division, CPWD, Mizoram.) shall be scanned and uploaded to the eTendering 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 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.
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. 5700/- (Rupees five thousand seven hundred only) shall
be payable to M/s ITI Limited through their e-gateway by credit /debit card, internet
banking or RGTS/NEFT facility
Copy of Enlistment Order and certificate of work experience and other documents as specified in
the press notice shall be scanned and uploaded to the e-Tendering website within the period of
bid submission. However, certified copy of all the scanned and uploaded documents as specified
in press notice shall have to be submitted by the lowest bidder only along with physical EMD of
the scanned copy of EMD uploaded within a week physically in the office of tender opening
authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, who
has deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and
other documents scanned and uploaded are found in order.
The bid submitted shall be opened at 4.00 PM on 09/10/2015.
9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i)The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax registration/ VAT
registration/ Sales Tax registration) as stipulated in the bid document including the
undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the office of
bid opening authority.
(iv) The lowest bidder does not deposit physical EMD within a week of opening of bid.
(v) If a terderer quotes nil rates against each item in item rate tender, the tender shall be
treated as invalid and will not be considered as lowest tenderer.
Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 4

10. 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/Banker's cheque of any scheduled bank/Demand Draft of any
scheduled bank/ Pay order of any Scheduled Bank 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 and
Progress) within the period specified in Schedule F.
11. The description of the work is as follows:

Construction of Centre for Disability Studies in Aizawl, Mizoram. (SH :-C/o


Administration / Academic block, Boy's cum Girls hostel (D/S), Dining/Common
room and 1
no. Type-IV quarter (S/S) including water supply, sanitary
installations, sewerage, drainage, manual fire alarm system, development and
electrical works.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidders implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools and plant, etc. will be issued to him by the Government and local conditions
and other factors having a bearing on the execution of the work.
12. 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.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and
the bids submitted by the contractors who resort to canvassing will be liable for rejection.
Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 5

14. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the same at
the rate quoted.
15. 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.
16.
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 contractor's service.
17. The bid for the works shall remain open for acceptance for a period of ninety (90) 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.
18.
This notice inviting Bid shall form a part of the contract document. The successful
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
the stipulated date of start of the work, sign the contract consisting of:(a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of
bid and the rates quoted online at the time of submission of bid and acceptance thereof together
with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 8& GCC 2014 modified upto15.09.2015
19. For Composite Bids
19.1.1 The Executive Engineer in charge of the major component will call bids for the composite
work. The cost of bid document and Earnest Money will be fixed with respect to the combined
estimated cost put to tender for the composite bid.
19.1.2 The bid document will include following three components:

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 6

Part A:-CPWD-6, CPWD-8 including schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2014 as amended/modified up to15.09.2015
Part B:- General / specific conditions, specifications and schedule of quantities applicable to
major component of the work (civil).
Part C:-Schedule A to F for major component of the work. (SE/EE in charge of major
component shall also be competent authority under clause 2 and clause 5 as mentioned in
schedule A to F for major components), General/specific conditions, specifications and schedule
of quantities applicable to minor component(s) of the work.
Port D & Port E : Schedule A to F for minor component of the work (SE/EE in-charge of major
component shall also be competent authority under clause 2 and clause 5 as mentioned in
schedule A to F for major components) General / specific conditions, specifications and Part-E
schedule of quantities applicable to minor components of one work.
19.1.3 The bidders must associate himself, with agencies of the appropriate class of
CPWDeligible to bid for each of the minor component individually.
19.1.4 The eligible bidders shall quote rates for all items of major component as well as for all
items of minor components of work.
19.1.5 After acceptance of the bid by competent authority, the EE in charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with EE in charge of major
component and has also to sign two or more copies of agreement depending upon number of
EE's/DDH in charge of minor components. One such signed set of agreement shall be handed
over to EE/DDH in charge of minor component(s). EE of major component will operate Part A
and Part B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C
along with Part A of the agreement.
19.1.6 Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.
19.1.7 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.
19.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to
eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to
Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be
associated shall be approved by Engineer-in-charge of minor component(s).
19.1.9 In case the main contractor intends to change any of the above agency/agencies during
the operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor
component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the
contractor to change the agency executing such items of work and this shall be binding on the
contractor.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 7

19.1.10 The main contractor has to enter into agreement with contractor(s) associated by him for
execution of minor component(s). Copy of such agreement shall be submitted to EE/ DDH in
charge of each minor component as well as to EE in charge of major component. In case of
change of associate contractor, the main contractor has to enter into agreement with the new
contractor associated by him.
19.1.11 Running payment for the major component shall be made by EE of major discipline to
the main contractor. Running payment for minor components shall be made by the Engineer- incharge of the discipline of minor component directly to the main contractor.
19.1.12 Running payment of the major component shall be made by the Executive Engineer of
major discipline to the main contractor. Running payment for minor components shall be made by
the Engineer-in-Charge of the discipline of minor component directly to the main contractor.
19.1.13AThe composite work shall be treated as complete when all the components of the work
are complete. The completion certificate of the composite work shall be recorded by Engineer-incharge of major component after record of completion certificate of all other components
19.1.13B 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.

Executive Engineer,
Aizwal Central Division,
CPWD, Aizwal

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 8

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING


FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)

360days

Time
&
date of opening of bid

Last date & time


of
submission of bidEMD,
e-tender processing fee
and
other documents
as specified in press
notice

Period of Completion

Earnest Money

08.10.2015
upto 3.00
P.M.
Rs. 16,06,272/-

ELECT Rs. 79,29,399/-

CIVIL-Rs. 7,23,84,221/-

NIT No.

Name of
Location
Construction of Centre for
Disability Studies in Aizawl,
Mizoram.
(SH
:-C/O
Administration / Academic
block, Boy's cum Girls hostel
(D/S), Dining/Common room
and 1 no. Type-IV quarter (S/S)
including
water
supply,
sanitary
installations,
sewerage, drainage, manual
fire
alarm
system,
development and electrical
works.

Total - Rs. 8,03,13,620/-

04/2015-16/ACD/MZU/ACSD-II

Sl. No.

Work

Estimated Cost put to


Bid

&

The Executive Engineer, Aizwal Central Division, Central Public Works


Department, Aizwal, Mizoram (Telephone & Fax No. 0389-2330845) email:
nez2eeazcd.cpwd@gov.in on behalf of President of India invites online Item Rate Bids
from contractors of appropriate class in composite category and those of appropriate
category of CPWD whose have given consent by uploading the consent letter to enlisting
authority for conservation of enlistment into composite category for the following
work(s):

Date
09.10.20
15
at
4.00
P.M.

1.
The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. Information and instructions for bidders posted on website shall form part of bid
document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be complied
with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after depositing Processing Fee in favour of ITI
Limited and uploading the mandatory scanned documents such as Demand Draft or Pay order or
Banker's Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of
Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 9

any Scheduled Bank towards EMD in favour of respective


documents as specified.

Executive

Engineer

and

other

The contractors already registered on e-tendering portal will have option to continue by
paying tender processing fee at existing rates up to one year from the date of registration,
or to switch over to the new registration system without tender processing fee any time.
All new registrations from 01.04.2015 will be without tender processing fee.

5.Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process as per
details available on the website.
6.The intending bidder must have valid class-III digital signature to submit the bid.
7.On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
8.Contractor can upload documents in the form of JPG format and PDF format.
9.Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank, the same shall be treated as 0.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall
be treated as 0 (Zero)
List of Documents to be scanned and uploaded within the period of bid submission:
I.

Treasury Challan/Demand Draft/Pay order or Banker's Cheque /Deposit at Call


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

II.

Enlistment Order of the Contractor.

III.

Certificate of Registration for Sales Tax / VAT with Mizoram State Government and
acknowledgement of -up to date filed return if required.

IV.

An undertaking that The physical EMD shall be deposited by me/us with the EE
calling the tender in case I/we become the lowest tenderer within a week of the
opening of financial bid otherwise department may reject the tender and also take
action to withdraw my/our enlistment debar me/us from tendering in CPWD.

V.

Certification of registration of service tax.

VI.

The consent letter submitted to the enlisting authority for conservation of the enlistment
into composite category.

Executive Engineer,
Aizwal Central Division,
CPWD, Aizwal

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 10

CPWD-8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Branch: B&R Zone: NEZ-IICircle: SE, SCC
Item Rate Tender & Contract for Works
Tender for the work of Construction of Centre for Disability Studies in Aizawl,

Mizoram. (SH :-C/O Administration / Academic block, Boy's cum Girls hostel (D/S),
Dining/Common room and 1 no. Type-IV quarter (S/S) including water supply,
sanitary installations, sewerage, drainage, manual fire alarm system, development
and electrical works.
(i)

To be uploaded by 15:00 hours on 08/10/2015 to the Executive Engineer, Aizawl Central


Division, CPWD, Aizawl, Mizoram/upload at www.tenderwizard.com/cpwd

(ii)

To be opened in presence of tenderers who may be present at 16.00 hours on dated

09.10.2015

in the office of Executive Engineer, Aizawl Central Division, CPWD, Aizwal.

Executive Engineer
Aizawl Central Division
CPWD, Aizawl.

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.
We agree to keep the tender open for sixty (60) days from the date of its opening of bid and not to
make any modification in its terms and conditions.
A sum of Rs. ___________*** is hereby forwarded in cash/receipt treasury challan/deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 11

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 (strike out as the case may be). 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 a guarantee to
execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/We am/are authorized
to communicate the same or use the information in any manner prejudicial to the safety of the
State.
Dated
Witness:

Signature of Contractor
Postal Address

Address:
Occupation:

*** To be filled by contractor

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 12

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 the President of India.
Signatures.............................
Dated:
* To be filled in by EE

Designation............................

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 13

PROFORMA OF SCHEDULES
SCHEDULE A

Schedule of quantities (as per PWD 3) --- Enclosed from Page No 73 to 98


SCHEDULE 'B'

Schedule of materials to be issued to the contractor


Sl.No
1

Description
of item
2

Quantity

Rates in figures &words at which the


material will be charged to the Contractor

Place of issue

NIL
SCHEDULE 'C'

Tools and plants to be hired to the contractor


Sl. No.
1

Hire charges per day

Description
2

Place of Issue
4

NIL
SCHEDULE D

a)
b)
c)

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


Page No. (From)
General conditions,
to
32
39
Additional Specification,
to
40
68
List of preferred makes
69
to
71

SCHEDULE E

Reference to General Conditions of contract


Name of work :

Construction
of
Centre
for
Disability Studies in Aizawl,
Mizoram. (SH :-C/O Administration
/ Academic block, Boy's cum Girls
hostel (D/S), Dining/Common room
and 1 no. Type-IV quarter (S/S)
including water supply, sanitary
installations, sewerage, drainage,
manual
fire
alarm
system,
development and electrical works.
TOTAL

Estimated cost of work:

CIVIL COMPONENT
ELECTRICALCOMPONENT
(i)

Earnest Money :

(ii)
(iii)

Performance Guarantee
Security Deposit

Rs. 8,03,13,620/Rs. 7,23,84,221/Rs.

79,29,399/-

Rs. 16,06,272/- (to be returned after


receiving performance guarantee)
5% of tendered value
2.5% of tendered value

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 14

SCHEDULE `F:
GENERAL RULES & DIRECTIONS:
Officer Inviting tender :

Executive Engineer,
Aizawl Central Division, CPWD
or
his successor in- charge of work

Maximum percentage for quantity of items of work


to be executed beyond which rates are to be
determined in accordance with clauses 12.2 &
12.3.

As per clause 12 below

Definitions :
2 (v)

Engineer-in-charge

Executive Engineer,
Aizawl Central Division,CPWD
or
his successor in- charge of work

2(viii)

Accepting Authority

Chief Engineer, NEZ-II,Agartala, CPWD


or
his successor in- charge of work

2 (x)
2 (xi)

Percentage on cost of material and labour


to cover all overheads and profits
Standard Schedule of Rates

2 (xii)

Department

9(ii)

Standard CPWD contract form :

15 %
DSR 2014 with correction slips up to
No. DG/DSR/08 dated 23.04.2015
CPWD
GCC 2014, CPWD Form 8 modified
&amendment up to 15.09.2015
including DGW/CON/287 dated
24.08.2015

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, in days
(ii) Maximum allow able extension with late fee
@0.1% per day of performance guarantee
beyond the period {providedin(i)} above

15 days

7 days

Clause 2:

Authority for fixing compensation under clause 2.

Superintending Engineer, Silchar Central


Circle, CPWD, Silchar,or
his successor in- charge of work

Clause 2A:

Whether Clause 2A shall be applicable

NO

Clause 5:

Number of days from the date of issue of letter of


acceptance for reckoning date of start

30 days

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 15

Mile stones: Construction of disability study centre for National Institute for the
Orthopedically Handicapped at the premises of Mizoram University Aizawl
(Mizoram).SH: C/O Admn. block, Academic block, Boys and Girls Hostel, 1 no.
Type IV qtr. and development works.
Sl.
no.

Description of mile stone (s) (Physical)

Time
allowed in
days
(From
date of
start)

Amount to be withheld in
case of Non-achievement
of each physical Mile
stone(s) subject a total
maximum of 5% ( five
Percent) of the total
tendered value of work

(a) Complete Mobilization at site including


construction of site office and stores etc. setting
up of field testing laboratory,

80 days

0.50% (Zero decimal five


of the
total
percent)
tendered value of work

(b) All Buildings: Complete terrace formation,


50% RCC in foundation upto Ground level

(c) Procurement & submission of samples


for approval by Engineer-in-charge: materials
for Flooring & wall lining (Kota stone, Granite,
tiles), sanitary, plumbing, water supply,
Aluminium extruded sections, Electrical conduits
& junction boxes,

(d) Submission of layout drawings for wiring


of IEI and fire alarm system.

(e) Energising the campus: To approach the


Engineer-in-charge(Electrical
for
Minor
Component) under intimation to Engineer-in
charge (Civil) for taking up with State Electricity
board for installation of pole mounted substation/ transformer for electrically energising
the campus.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 16

(a) All buildings: Completion of foundation


work of all buildings up to plinth level including
casting RCC for Lift pit and its side walls.

120 days

0.60% (Zero decimal six


percent)
of the
total
tendered value of work

150 days

0.60% (Zero decimal six


percent)
of the total
tendered value of work

180 days

0.60% (Zero decimal six


percent)
of the total
tendered value of work

(b) Retaining walls: CompleteR.C.C. of all


retaining walls
(c) submission of layout of water supply and
sanitary lines.

(d) Procurement & submission of samples


for
approval
by
Engineer-in-charge:
procurement of materials for door window
frames & shutters, chain link fencing , and
pressed clay tiles and approval of samples by
Engineer-in-charge for materials procured for
Flooring & wall lining (Kota stone, Granite, tiles),
sanitary, plumbing, water supply, Aluminium
extruded sections, Electrical conduits & junction
boxes,
(a) All Buildings: Casting F-2 level RCC slab
of all buildings
(b) Placing orders for procurement of
approved materials for: Door frames, Kota
stone, Granite, Ceramic tiles, Rectified tiles,
Double charged vitrified tiles, sanitary, water
supply & plumbing items, pipes & fittings.

4
(a) Admn. Block:
slab.

Casting of F-3 level RCC

(b) Hostel: Casting of F-3 level RCC Slab


(c) Kitchen/ canteen : 50% Brick work
(d) Ty. IV Qtr: 50% Brick work
(e) Energising the campus: To give first
reminder to the Engineer-in-charge (Electrical
for Minor Component) under intimation to
Engineer-in charge (Civil)
for making
arrangement with State Electricity board for pole
mounted transformer for electrically energising
the campus.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 17

(a) Admn. Block: Complete RCC work except


Machine room & mumty slab, 100% Brick work
at Ground floor.

210 days

0.60% (Zero decimal six


of the total
percent)
tendered value of work

260 days

0.60% (Zero decimal six


percent)
of the
total
tendered value of work

(b) Hostel: Complete RCC work except


Machine room & mumty slab, 100% brick work
at Ground floor and 50% on first floor.
(c) Kitchen/ canteen : Complete Brick masonry
(d) Ty. IV Qtr: Complete Brick masonry

(e) Procurement of approved materials for:


Door frames, Chain link fencing, Kota stone,
Granite, Ceramic tiles, Rectified tiles, Double
charged vitrified tiles, sanitary, water supply &
plumbing items, pipes & fittings, placing order for
DG set, & lift, Sub-station
(a) All Buildings: Complete RCC work including
machine room and Brick work with electrical
conduiting, fixing door frames . completion of
water proofing work in toilet and on terrace
(b) Admn. Block: Complete Internal plaster on
ground floor and in toilet on first floor
(c) Hostel: Complete internal plaster on ground
floor and in toilet in first floor.
(d) Kitchen/ canteen :
plaster
(e) Ty. IV Qtr:
plaster.

Complete internal

Complete internal & external

(f) Procurement of Materials: door shutters,


Aluminium sections for door windows, grill,
railing items, pressed clay tiles, PVC water tanks
(g) Sample room: completion of One sample
room in hostel at Ground floor or in quarter
& one Toilet in Quarter
(h) Energising the campus: To give 2nd
reminder to the Engineer-in-charge (Electrical
for Minor Component) under intimation to
Engineer-in charge (Civil)
for making
arrangement with State Electricity board for pole
mounted transformer and service connection for
electrically energising the campus.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 18

(a) All buildings: Completion of all internal &


external plaster, cement based putty on internal
walls, shelves, Flooring, fixing of doors &
windows
shutters,
cup-board
shutters,
Aluminium work, pressed clay tiles, terrace
tanks, connection of water supply line with
terrace tanks and from terrace tanks to internal
lines

300 days

0.50% (Zero decimal five


of the
total
percent)
tendered value of work

330 days

0.50% (Zero decimal five


percent)
of the
total
tendered value of work

(b) Development works: Completion of Chain


link fencing, storm water drains, road/ pavement
in open areas, laying sewer lines, completion of
septic tank, UG Sump, Man holes, connection of
all water supply, sanitary & drainage lines,
erection of street light poles, cable laying,
(c) Procurement of approved materials: All
Electrical fittings & Fixtures, Lift & D.G.Set
(d) Energising the campus: To give 3rd
reminder to the Engineer-in-charge (Electrical
for Minor Component) under intimation to
Engineer-in charge (Civil)
for making
arrangement with State Electricity board for pole
mounted transformer and service connection for
electrically energising the campus.
8

(a) Completion of internal & external painting,


railing, grills, mumty doors plinth protection,
paver blocks, main gate of campus, electrical
fittings & fixtures, MCBs, MCCBs fire alarm
system,
procurement
installation
&
commissioning of DG set , Lift equipments, Substation.
(b) Energising the campus: To give 4th
reminder to the Engineer-in-charge (Electrical
for Minor Component) under intimation to
Engineer-in charge (Civil)
for making
arrangement with State Electricity board for pole
mounted transformer and service connection for
electrically energising the campus.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 19

Completion of all work including final coat of


internal & external painting, Trial of IEI works,
DG set, lift, fire alarm, and submission of
electrical inventory, testing of all fittings &
fixtures and rectification of all defects for civil &
electrical works Submission of completion
drawings and details of inventory, Guarantee
bonds and other bonds, getting the inventory
and completion drawings duly verified by the
Engineer-in-Charge, cleaning all building space
& site. Handing over of building to the client.
Time allowed for execution of work

360 days

0.50% (Zero decimal five


percent) of the tendered
value of work

360 days.

Note : Successful tenderer may request to the competent authority for rescheduling of above
mile stones before award of work.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 20

Authority to decide:
(i)

Extension of time

Executive Engineer,
Aizawl Central Division,CPWD
or
his successor in- charge of work

(ii) Rescheduling of mile stones

Superintending Engineer, Silchar Central


Circle, CPWD, Silchar, or
his successor in- charge of work

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


handing over of site

Superintending Engineer, Silchar Central


Circle, CPWD, Silchar, or
his successor in- charge of work

Clause 6,6 A

6A

Clause applicable (6,or 6A)


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

Rs. 60,00,000 (Sixty lakhs)


or
Asmutually agreedbybothparties.
Yes

Clause 10 A:
Listoftestingequipmentstobeprovidedbythecontractoratsitelab.:
7.Enameltrays(forefflorescencetestforbric
1. BalancesWeighingbalancewithrequiredbrassandironweig
ksandothertests).
ht
2. OvenElectrically operated, thermostatically 8. ISI marked 150 x 150 x 150 mm
controlled upto 2000C, Sensitivity 10C
concrete cube moulds as per site
requirement.
3. Brassandmetalsieveofrequiredsizefortestingcoa 9.100
tones
compression
testing
rseandfineaggregate
machine,
electrical
cum
manually
operated
4. Equipmentforslumptest
10. Sieve Shaker capable of 200mm and
SlumpCone,SteelPlate,TampingRod,SteelScalea
300 mm Sieve,manually operated with
ndScoop
timing switch assembly
11. Moisture meter.
5. VicatApparatus
6. Graduatedmeasuringcylinders200mland1000ml
capacity
Thecontractor
shallhavethefollowingfieldtestinginstruments
forcheckingofqualityofworkat fieldbyhimandbytheofficersofthedepartment
1. Steeltapes3meter/10meter
11. Screwdriver30cmslong
2. VernierCalipers(onenumberdigital)

12. Hammer100gms

3. Screwgauge(onenumberdigital)

13. Digital Distance Meter

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 21

4. Goodqualityplumbobs

14. Total station

5. Spiritlevelsminimum30cmlongwith3bubblesfor
horizontal/verticallevel
6. Wiregauge(circulartype)disc

15. Theodolite/Levellinginstruments/kits

7. Longnylonthread

17. Ball pin hammer 100 gms

8. Magnifyingglass

18. Ultrasonic pulse velocity meter

9. Rebound hammer for testing concrete.

19. Foot rule

16. Plastic bag for taking samples

10. Micrometer screw 25 mm gauge


Clause : 10B(ii)

Whether clause 10B (ii) shall be applicable

Yes

Clause 10 C:-

Yes, Applicable

Component of labour expressed as percent of


25% (twenty five percent)
value of work
Clause 10 CA
Yes, Applicable
Nearestmaterial
(otherthan Base Price of all the
cement, reinforcement bars materials
covered
materials Covered
underthisclause
and structural steel) for which underClause10CA (Rs.)
All India
Wholesale Price
Indexistobefollowed
Rs. 9000/- Per MT
1. Cement(OPCgrade43)
NotApplicable
2.

Reinforcement bars

Not Applicable

(gradeFe500D) Primary producers

3.

Rs. 58500/- Per MT

Reinforcement bars

(gradeFe500D) Secondary

Rs. 50500/- Per MT

Not Applicable

producers

Reduction in the base price of TMT reinforcement in case to use


TMT reinforcement bars procured from secondary producers
Clause 10 CC to be applicable in contracts with
stipulated period of completion exceeding the
period shown in next column.
Whether Clause 10 CC shall be applicable
Clause 11:
Specifications
execution of Civil work

to

be

followed

Rs. 8800/- Per MT

12 months
Not Applicable

CPWD specifications 2009 (Vol-I & II)


modified & corrected upto16.09.2015and
for General
Conditions
&
additional
specifications as attached in part 'B' of the
NIT.

Clause 12:
Type of work
12.2
&
12.3

Deviation limit beyond which clause 12.2 &


12.3 shall apply for building work

Original Work
30% (thirty percent) for all except
foundation items.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 22

12.5:

(i) Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation
Work (except earth work)
(ii) Deviation Limit for items in earth work
subhead of DSR or related items

30% (thirty percent)


100% (one hundred percent)

Clause 16:
Competent Authority for deciding reduced
rates

Superintending Engineer ( Silchar


central circle, Silchar or
his successor in Charge of work

Clause 18
List of Mandatory machinery, tools and plants to be deployed by the contractor at site.
Sl.no.

machinery, tools and plants

1.

Concrete weighing batching plant 1 no


of capacity 10 cum/hr (Diesel).
Concrete mixer with hopper 2 nos
(diesel /electrical)

6.

Grinder, Drilling machine etc

3 nos

7.

Welding Generator

1 no

3.

Water pump (Electric/ diesel)

2 nos

8.

Welding transformer

2 nos

4.

Bar Cutting Machine

3 nos

9.

Diesel Generator 50 KVA

1 no

5.

Needle vibrator(electrical/Petrol)

4 nos

2.

Qty.

Sl.no

machinery, tools and plants Qty.

Clause25
Dispute redressalCommittee(DRC)shall contain the following officers
(A) For total Claims more than Rs.25.0 Lac
S.N
1.
2.
3.

Constitution
Chairman

CasespertainingtoNEZ-IICPWD

Remarks

ChiefEngineer, NEZ-I, CPWD,Shillong.

Member

Director Works & TLQA, ER-II, CPWD, Guwahati.

Member

SuperintendingEngineer, ACC, CPWD, Agartala.

TheconcernedSE,in-chargeoftheworkwillputupthecase

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 23

(B) For total Claims uptoRs.25.00 Lac


S.N Constitution

CasespertainingtoNEZ-IICPWD

1.

Chairman

2.

Member

ExecutiveEngineer(P),TCD-I,CPWD, Agartala

3.

Member

ExecutiveEngineer,TCD-II, CPWD, Agartala

Remarks

Director Works & TLQA, ER-II, CPWD, Guwahati

TheconcernedEE,in-chargeoftheworkwillputupthecase

Clause36(i):
Sl.
Minimum
No Qualification
of Technical
representative

Discipline

Requirement of Technical Representative(s) & recovery Rate:

Designation

Graduate
Engineer
or
Diploma
Engineer

Principal Technical
representative

Civil

Graduate
Engineer

Project planning
/quality/Site/billing
Engineer

Minimum
experience

5 Year of
similar
composite
work
2 Year (for
Graduate)
or
5year (for
Diploma)

Nos.

1
(one) No.

1
(one) (1
Civil)

Rate at which recovery shall


be made from the
contractor in the event of
not fulfilling provision of
Clause36(i)

Rs. 25, 000. (Twenty


five thousand only)/per month
Rs.15,000 (Fifteen
Thousand)/-per month

AssistantEngineersretiredfromGovernmentservicesthatareholdingDiplomawillbetreatedatpar
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 engineers.

Clause42
(i)

(a)
Schedule/statement On
the
basis
of
fordeterminingtheoreticalquantityofcement&bit DelhiScheduleofRates2014modified/corre
umen
cted i n c l u d i n g c o r r e c t i o n s l i p N o .
DG/DSR/08 dated 23.04.2015
(ii)
Variationspermissibleontheoreticalquantiti
es
a)Cementforworkswithestimatedcostput
totendermorethanRs.5lakh.
b)Bitumenforallwork

2%plus/minus

c)Steelreinforcementandstructuralsteel
sectionsforeachdiameter,sectionandcategory.
d) All other materials.

2%plus/minus

2.5%plusonly&Nilonminusside

Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 24

Sl.
No

DescriptionofItem

Ratesinfiguresandwordsatwhichrecoveryshall
bemadefromthecontractor.
Excessbeyond permissiblevariation

1.

Cement

Nil

2.

Steel Reinforcement

Nil

3.
4.

Structural Sections
Water-Proofing Materials

Nil
Nil

5.

Bitumen all grade

Nil

Lessusebeyondthe
Permissiblevariation.

Not Permitted

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

Page 25

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.
Notwithstanding 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)

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 26

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
................................................... (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 Engineerin- Charge the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this .................day of ................. 20... . THE
CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-inCharge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor,
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof
upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates
his demand, provided that in his demand the Engineer-in-Charge 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 Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.
DATE .............
WITNESS ..................
(SIGNATURE, NAME AND ADDRESS)

SIGNATURE OF THE BANK


SEAL

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.
Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 27

AMENDMENT TO GCC 2014 UP TO CON 282


1. CON 282 DATED 10.12.2014

Existing Provision
Sl.No. Clause25(ii) 5th Paragraph
1
The arbitration shall be conducted in
accordance with the provisions of the
Arbitration and Conciliation Act-1996(26 of
1996) or any statutory modification or reenactment
thereof
and
the
rules
madethereunder and For the time being
In force shall apply to the arbitration
proceeding under this clause.

ModifiedProvision
Clause25(II) 5th Paragraph
The arbitration shall be conducted in the
accordance with the provisions of the
Arbitration and Conciliation Act-1996(26 of
1996)/The Jammu
&
Kashmir
Arbitration
and
Conciliation
Act,
1997(35 of 1997) (as the case may be ) or
ay statutory modification or re-enactment
thereof and the rules made thereunder and
for the time being in force shall apply to
the arbitration proceeding under this
clause.

DG/SE/CM/CON/283 dated 05.05.2015


vi) Wages due to every worker shall be vi) Wages due to every worker shall be
paid to him direct or to other person paid to him direct or to other person
authorised by him in this behalf.
authorised by him in this behalf.
vii)All wages shall be paid in current coin or vii) All wages shall be paid in current
coin or currency or in both.
currency or in both.
viii) Wages shall be paid without any
deductions of any kind except those
specified by the Central Government by
general or special order in this behalf or
permissible under the Payment of Wages
Act 1956.

viii) Wages shall be paid without any


deductions of any kind except those
specified by the Central Government by
general or special order in this behalf or
permissible under the Payment of Wages
Act 1956.

ix) A notice showing the wages period and


the place and time of disbursement of
wages shall be displayed at the place of
work and a copy sent by the contractor to
the
Engineer-in-Charge
under
acknowledgment.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 28

Existing Provision

Modified Provision

x) It shall be the duty of the contractor to x) It shall be the duty of the contractor to
ensure the disbursement of wages in the ensure the disbursement of wages through
presence of the Junior Engineer or any bank account of labour.
other authorised representative of the
Engineer-in-Charge who will be required to
be present at the place and time of
disbursement of wages by the contractor to
workmen.
xi) The contractor shall obtain from the
Junior Engineer or any other authorised
representative of the Engineer-in-Charge
as the case may be, a certificate under his
signature at the end of the entries in the
Register of Wages or the Wage-cumMuster Roll as the case may be in the
following form:-

xi) The contractor shall obtain from the


Junior Engineer or any other authorised
representative of the Engineer-in-Charge
as the case may be, a certificate under his
signature at the end of the entries in the
Register of Wages or the Wage-cumMuster Roll as the case may be in the
following form:-

Certified that the amount shown in column


No ......................has been paid to the
workman concerned in my presence on
........................... at ........................

Certified that the amount shown in column


No ......................has been paid to the
workman concerned through bank account
of
labour
on
...........................
at
........................

Con 285 dated 04.06.2015


Clause 5.1
As soon as possible after the Contract is
concluded, the Contractor shall submit a
Time and Progress Chart for each
milestone and get it approved by the
Department. The Chart shall be prepared
in direct relation to the time stated in the
Contract documents for completion of
items of the works. It shall indicate the
forecast of 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 the time allowed
for any work, exceeds one month (save for
special jobs for which a separate
programme has been agreed upon)
complete the work as per mile stones given
in Schedule 'F'.

Clause 5.1
The Contractor shall submit Programme
Chart (Time and Progress) for each mile
stone along with performance guarantee
and
get
it
approved
by the
Department. The Chart shall be prepared
in direct relation to the time stated in the
Contract documents for completion of
items of the works. It shall indicate the
forecast of 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 the time allowed
for any work, exceeds one month (save for
special jobs for which a separate
programme has been agreed upon)
complete the work as per mile stones given
in Schedule 'F'.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 29

Clause 7A
No Provision

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

Clause 19
The contractor shall obtain a valid license
under the Contract Labour (R&A) Act, 1970
and the Contract Labour (Regulation and
Abolition) Central Rules, 1971 before the
commencement of the work, and continue
to have a valid license until the completion
of the work

Clause 19
The contractor shall obtain a valid license
under the Contract Labour (R&A) Act, 1970
and the Contract Labour (Regulation and
Abolition) Central Rules, 1971 before the
commencement of the work, and continue
to have a valid license until the completion
of the work
The contractor shall also comply with
provisions of the Inter-State Migrant
workmen (Regulation of Employment
and Conditions of Service) Act, 1979.

Con 286 dated 30.06.2015

Con 286 dated 30.06.2015

1.General Rules & Directions


15.
Sales-tax/VAT (except service tax),
purchase tax, turnover tax or any other tax
applicable in respect of this contract shall
be payable by the Contractor and
Government will not entertain any claim
whatsoever in respect of the same.
However, in respect of service tax, same
shall be paid by the contractor to the
concerned department on demand and it
will be reimbursed to him by the
Engineer-in-Charge after satisfying that it
has been actually and genuinely paid by the
contractor.

1.General Rules & Directions


15.
Sales-tax/VAT (except service tax),
purchase tax, turnover tax or any other tax
applicable in respect of this contract shall
be payable by the Contractor and
Government will not entertain any claim
whatsoever in respect of the same.
However, in respect of service tax, same
shall be paid by the contractor to the
concerned department on demand and it
will be reimbursed to him by the
Engineer-in-Charge after satisfying that it
has been actually and genuinely paid by
the contractor. The applicable and eligible
service tax shall be reimbursed preferably
within 7 days but not later than 30 days of
submission of documentary proof of
payment provided same are in order

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 30

59

2. Clause 19 L
The ESI and EPF contribution on the part of
employer in respect of this contract shall be
paid by the contractor. These contributions
on the part of the employer paid by the
contractor shall be reimbursement by the
Engineer-in-Charge to the contractor on
actual basis.

2. Clause 19 L
The ESI and EPF contribution on the part
of employer in respect of this contract shall
be paid by the contractor.
These
contributions on the part of the employer
paid by the contractor shall be
reimbursement by the Engineer-in-Charge
to the contractor on actual basis. The
applicable and eligible amount of EPF &
ESI shall be reimbursed preferably
within 7 days but not later than 30 days
of submission of documentary proof of
payment provided same are in order.

Con 287 dated 24.08.2015

Con 287 dated 24.08.2015

The bid submitted shall become invalid and


cost of bid & e-tender processing fee shall
not be refunded it :
i)
The bidder is found ineligible.

The bid submitted shall become invalid and


cost of bid & e-tender processing fee shall
not be refunded it :
i)
The bidder is found ineligible.

ii)

The bidder does not upload all the ii)


documents (including service tax
registration / VAT registration / Sales
Tax registration) as stipulated in the
bid documents.

The bidder does not upload all the


documents (including service tax
registration / VAT registration / Sales
Tax registration) as stipulated in the
bid documents.

iii)

If any discrepancy is noticed between iii)


the documents as uploaded at the
time of submission of bid and hard
copies as submitted physically in the
office of tender opening authority.

If any discrepancy is noticed between


the documents as uploaded at the
time of submission of bid and hard
copies as submitted physically in the
office of tender opening authority.

iv)

The lowest bidder does not deposit iv)


physical EMD within a week of
opening of bid.

The lowest bidder does not deposit


physical EMD within a week of opening
of bid.

v)

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 rate tender, the tender
shall be treated as invalid and will
not be considered as lowest
tenderer.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 31

Generals Rules & Directions of GCC Generals Rules & Directions of GCC
2014
2014

10. In the case of Item Rate Tenders, only


rates ___________________ correct and
not the amount. In event no rate has been
quoted for any item(s), leaving space both
in figure(s), word(s), and amount blank, it
will be presumed that the contractor has
includ3ed the cost of this / these item(s) in
other items and rate for such items(s) will
be considered as zero and work will be
required to be executed accordingly.

10. In the case of Item Rate Tenders, only


rates ___________________ correct and
not the amount. In event no rate has been
quoted for any item(s), leaving space both
in figure(s), word(s), and amount blank, it
will be presumed that the contractor has
included the cost of this / these item(s) in
other items and rate for such items(s) will
be considered as zero and work will be
required to be executed accordingly.
However, if a tenderer quotes nil
rates against each item in item rate
tender, the tender shall be treated as
invalid and will be not be considered as
lowest tenderer.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 32

PART B

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 33

GENERAL CONDITIONS
1. The tenderer shall acquaint himself with the proposed site of work, its approach roads,
working space available before quoting his rates.
2.The work shall be executed and measured as per metric dimensions given in the Schedule of
quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).
3.Wherever any reference to any Indian Standard Specification occurs in the documents
relating to this contract , the same shall be inclusive of all amendments issued
upto15.09.2015.
4.Unless otherwise provided in the Schedule of quantities the rates bidded by the contractor
shall be all inclusive and shall apply to all heights, lifts, leads, depths and also for working in
or under water & foul conditions and nothing extra shall be payable to him on this account.
Payment for centering, shuttering, however if required to be done for floor to floor heights
greater than 3.5 m. shall be admissible at rates arrived at in accordance with clause-12 of
the agreement if the rates for the same are not specified / existing in the contract.

5. BYE-LAWS
i.

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

ii.

Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
conform to bye-laws and specifications of the Municipal Body/ Corporation where C.P.W.D.
specifications are not available. The contractor should engage licensed plumbers for the
work and get the materials (fixtures/fittings) tested by the Municipal Body/ Corporation
Authorities wherever required at his own cost.

iii.

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

iv.

If as per municipal rules the huts for labour are not to be erected at the site of work by the
contractors, the contractors are required to provide such accommodation as is acceptable to
local bodies and nothing extra shall be paid on this account.

v.

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

6. SETTING OUT
i.

The contractor shall carryout survey of work area at his own cost, establish, maintain and
assume responsibility for grades, lines, levels and bench marks. He shall report any errors
or inconsistencies regarding grades, lines, levels, dimensions to the Engineer-in-Charge
before commencing work. It shall be responsibility of the contractor to ensure correct setting
out of alignment. Total station survey instrument only shall be allowed to be used for layout,
fixing boundaries, centre line etc. along with theodolites. Commencement of work shall be
regarded as the contractors acceptance of such grades, lines, levels and dimensions and no
claim shall be entertained at a later date for any errors found.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 34

ii.

If at any time, any error in the respect of setting out appears during the progress of the work,
the contractor shall, at his own expense rectify such error if so required, to the satisfaction of
the Engineer-in-Charge.

iii.

Though the site levels may be indicated in the drawings, the contractor shall ascertain
himself and confirm the site levels with respect to GTS bench mark from the concerned
authorities

iv.

The approval by the Engineer-in-Charge of the setting out by the contractor shall not relieve
the contractor of any of his responsibilities of any inaccuracy creeping in.

v.

The contractor shall be entirely and exclusively responsible for the horizontal, vertical and
other alignments, the level and correctness of every part of the work and shall rectify
effectively any errors or imperfections therein. Such rectifications shall be carried out by the
contractor at his own cost to the instructions and satisfaction of the Engineer-in-Charge.

vi.

Contractor(s) shall provide permanent bench marks, flag tops and other reference points for
the proper execution of work and these shall be preserved till the end of the work. All such
reference points shall be in relation to the levels and locations, given in the Architectural and
plumbing drawings. On completion of work, the Contractor(s) shall submit at his own cost
four prints of as built drawings to the Engineer-in-Charge. These drawings shall have the
following information.

a)Run off all piping and their diameters including soil waste pipes and vertical stacks.
b) Ground and invert levels of all drainage pipes together with locations of all manholes and
connections, upto outfall.
c) Run off of all water supply lines with diameters, location(s) of control valves, access panels
etc.
7. TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION FOR CONTRACTOR
i.

Arrangement of temporary telephone connection, water and electricity required by him, shall
be made by the Contractor at his own cost and also necessary permissions shall be obtained
by him directly from concerned authorities, under intimation to the Department. Also, all
initial cost and running charges, and security deposit, if any, in this regard shall be borne by
him. The Contractor shall abide by all the rules/ bye laws applicable in this regard and he
shall be solely responsible for any penalty on account of violation of any of the rules /
byelaws in this regard. Nothing extra shall be payable on this account.

ii.

The Contractor shall be responsible for maintenance and watch and ward of the complete
installation and water / electricity meter and shall also be responsible for any pilferage, theft,
damage, penalty etc. in this regard. The Contractor shall indemnify the Department against
any claim arising out of pilferage, theft, damage, penalty etc. whatsoever on this account.
Security deposit for the work shall be released only after No Dues Certificates are obtained
from the local Authorities from whom temporary electric/ water / telephone connection have
been obtained by the Contractor. Nothing extra shall be payable on this account.

iii.

The Department shall in no way be responsible for either any delay in getting electric and/or
water and/or telephone connections for carrying out the work or not getting connections at
all. No claim of delay or any other kind, whatsoever, on this account shall be entertained
from the Contractor. Also contingency arrangement of stand-by water & electric supply shall
be made by the Contractor for commencement and smooth progress of the work so that
work does not suffer on account of power failure or disconnection or not getting connection
at all. No claim of any kind whatsoever shall be entertained on this account from the
Contractor. Nothing extra shall be payable on this account.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 35

iv.

The Contractor shall arrange electricity at his own cost for testing of the various electrical
installations as directed by Engineer-in-Charge and for the consumption by the contractor for
executing the work. Also all the water required for testing various electrical installations, fire
pumps, wet riser / firefighting equipment, fire sprinklers etc. and also testing water supply,
sanitary and drainage lines, water proofing of underground sump, overhead tanks, water
proofing treatment etc. shall be arranged by the contractor at his own cost. Nothing extra
shall be payable on this account.

8. DRAWINGS
i.

The work shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement
of any item of work the contractor shall correlate all the relevant architectural and structural
drawings, nomenclature of items and specifications etc. issued for the work and satisfy
himself that the information available from there is complete and unambiguous. The figure
and written dimension of the drawings shall be superseding the measurement by scale. The
discrepancy, if any, shall be brought to the notice of the Engineer-in-charge before execution
of the work. The contractor alone shall be responsible for any loss or damage occurring by
the commencement of work on the basis of any erroneous and or incomplete information
and no claim whatsoever shall be entertained by the department on this account.

ii.

In case of any discrepancy in the item given in the schedule of quantities appended with the
bid and Architectural drawings relating to the relevant item, the former shall prevail unless
and otherwise given in writing by the Engineer-in-Charge.

9. COMPLETION CERTIFICATE
The date of completion as prescribed under clause 8 of the contract, on completion of
the work will be the date on which the required sets of completion drawings/ plans and inventory
duly verified by the Engineer-in-Charge along with handing over notes in the format approved by
the Engineer-in-Charge are submitted by the Contractor in the office of the Engineer-in-Charge.
10. The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted and nothing extra whatsoever
shall be payable to the contractor for the test.
11. The contractor shall bear all incidental charges for cartage, storage and safe custody of
materials issued by department or procured by the contractor and nothing extra shall be
payable to the contractor on their accounts.
12. The full nomenclature of items shall be adopted in preparing abstract of final bill in
the measurement book and also in the bill form for final bill.
13. The bidder shall abide by the rules and regulations under relevant State VAT Act/ Work
Contract Tax Act, Workers Welfare Cess Act etc., as amended from time to time and
deductions shall be made at source as per the provisions of above stated Acts from the
gross value of the work done, which shall be recovered from each running bill including
final bill of the work by the Engineer-in-Charge. Nothing extra on account of this deduction
shall be paid.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 36

14. CONDITIONS FOR CEMENT.


i.

The contractor shall procure 43 grade ordinary Portland cement conforming to IS


8112/Portland Pozzolana Cement conforming to 15:1489 (Part-I) as required in the work,
from reputed manufacturers of cement such as ACC, Ultra tech,
Vikram,
Shree
Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement, Star Cement, Valley
Strong, Taj,Dalmiaor from any other reputed cement Manufacturer having a production
capacity not less than one million tonnes per annum as approved by ADG for that sub
region. 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.
The supply of cement shall be taken in 50 kg. bags bearing manufacturers name and
ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineerin-charge and got tested in accordance with provisions of relevant BIS codes. In case the
test results indicate that the cement arranged by the contractor does not conform to the
relevant BIS codes, the same shall stand rejected, and it shall be removed from the site by
the contractor at his own cost within a weeks time of written order from the Engineer- incharge to do so. The cement shall be used on work only after satisfactory test report has
been received.

ii.

The cement shall be brought at site to bulk supply of approximately 100 tones or as
decided by the Engineer-in-Charge

iii.

The cement godown of the capacity to store a minimum of 2000 bags of cement
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 the cement godown. The keys of
one lock shall remain with the Engineer-in-Charge or his authorized representative and the
key of the other lock shall remain with the contractor. The contractor shall be responsible
for the watch & ward and safety of the cement godown. The contractor shall facilitate for
the inspection of the cement godown by the Engineer-in-Charge at any time.

iv.

The contractor shall supply free of charge the cement required for testing, the cost of tests
shall be borne by the contractor / Department in the manner indicated below.

(i) By the contractor, if the results show that the cement does not conform to relevant BIS
codes.
(ii) By the Department, if the results show that the cement conforms to relevant BIS codes.
v.

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

vi.

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.

vii.

For all kind of RCC works only O.P.C. grade 43 shall be used.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 37

15. CONDITIONS FOR STEEL


i. The contractor shall procure Fe500D grade (the grade to procured is to be specified) from
primary steel producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and
JSW Steel Ltd.or any other producer as approved by CPWD who are using iron ore as the
basic raw material/input and having crude steel capacity of 2.0 Million tonnes per annum and
above.
In case of non-availability of steel from primary producers the NIT approving authority
may permit use of TMT reinforcement bars procured from steel producers having Integrated
Steel Plants (ISPs) using iron ore as the basic raw material for production of crude steel which
is further rolled into finished shapes in-house having crude steel capacity of 0.5 Million tonne
per annum and more. A separate list of producers for this category shall be approved by the
ADG concerned for their sub region under intimation to the Directorate, PWD/CE, and CSQ.
In case of non-availability of steel from Primary Producers as well as ISPs then the NIT
approving authority may also permit use of TMT reinforcement bars procured from secondary
producers. In such cases following conditions are to be stipulated in the MT by NIT approving
authority.
a) The grade of the steel such as Fe 500 D or other grade to be procured is to be specified as
per BIS 1786-2008.
b) The secondary producers must have Valid BIS licence to produce HSD bars conforming to
IS 1786: 2008. In addition to BIS licence, the secondary producer must have valid licence
from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT
Bars.
c) The TMT bars procured from Primary Producers and ISPs shall conform to manufacture's
specifications.
d) The TMT bars procured from secondary producers shall conform to the specifications as
laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
e) TMT bars procured either from Primary Producers, ISPs or secondary producers, the
specifications shall meet the provisions of IS 1786:2008 pertaining to Fe 550 D or other
grade of steel as specified in the tender
ii. The contractor shall obtain & furnish test certificate to the Engineer-in-Charge in respect of all
supplies of steel brought by him to the site of work.
iii. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by
the contractor does not conform to the specifications as defined under Sub Para 1 above, the
same shall be rejected, and it shall be removed from the site of work by the contractor at his
cost within a week time of written orders from the Engineer-in-Charge to do so.
iv. The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or more as
decided by Engineer-in-Charge.
v. Steel reinforcement (TMT bars) 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. Bar of
different sizes and length shall be store separately to facilitate easy counting and checking.

vi. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of
sufficient length shall be cut from each size of the bar at random at frequency not
less than that specified below:-

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 38

Size of bar

For consignment below 100tonnes

For consignment over 100 tonnes

Under 10mm diabars

One sample for each 25 tonnesor part thereof

One sample for each 40 tonnes or part


there of

10 mm to 16 mm dia
bars

One sample for each 35 tonnesor part there of

One sample for each 45 tonnes or part


there of

Over 16mm diabars

One sample for each 45 tonnesor part thereof

One sample for each 50 tonnes or part


thereof

vii. 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.
viii. The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel
shall be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by condition laid therein.
ix. Steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-Charge.
x. In case contractor is permitted to use TMT reinforcement bars procured from ISPs or
secondary producers then
a)

The base price of TMT reinforcement bars as stipulated under schedule F shall be
reduced by Rs. 7000/- per MT **

b) The rate of providing & laying TMT reinforcement bars as quoted by the contractor
in the tender shall also be reduced by Rs. 8.05 per kg**.
**

To be verified and corrected if necessary by EE


16-OTHER CONDITIONS:

i. The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in
any place. No excavated earth or building material shall be stacked on areas where other
buildings, roads, services of compound walls are to be constructed.
ii. The contractor shall be fully responsible for the safe custody of the materials even if the
materials are under double lock system.
iii. Contractor shall construct suitable godowns, yards at the site of work for storing all other
materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own
cost and also employ necessary watch and ward establishment for the purpose at his cost.
iv. Drilling holes to secure fastener/ screws in walls and chase cutting in the walls wherever
necessary shall be done by mechanical means i.e. by hammer drill machine & the chase
cutting machine respectively for which nothing extra will be paid to the contractor.
v. Any cement slurry added over base surface (or) for continuation of concreting for better bond
is deemed to have been in built in the items and nothing extra shall be payable (or) extra
cement considered in consumption on this account.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 39

17-TESTING OF MATERIAL
i. The contractor shall procure all the materials in advance so that there is sufficient time for
testing and approving of the material and clearance of the same before use in work.
ii. In case of concrete and reinforced concrete work, the contractor shall be required to make
arrangement for carrying out compression strength tests at his own cost. He shall render all
assistance for the preparation of cubes, safe custody of the same proper curing and carriage
upto the laboratory where the test is to be performed.
iii. Time allowed for execution of the work provided in clause 5 of Schedule F is inclusive of the
time required for any kind of testing of materials and preparation of Design mix of cement
concrete for all R.C.C. work, time required for initial load testing / routine load testing of piles
and time required for testing of weld etc.
iv. Samples of various materials required for testing shall be provided free of charge by the
contractor. Testing charges, if any, shall be borne by the department.
However in case
samples fail in testing, the testing charges if any shall be borne by the contractor. All other
expenditure required to be incurred for taking the samples; conveyance, packing etc. shall be
borne by the contractor himself

18.

DEFECT LIABILITY:

The contractors liability for rectification of defects which in the opinion of Engineer-incharge are not due to natural calamity during the defect liability period from the final date of
completion as per clause 17 shall be limited to rectification of defects including replacement as
follows.
Sl.
No.
1

Description

Defect Liability

Concrete

Rectification of structural / superficial / non-structural cracks.


Rectification of dampness / seepage in roof slab / junctions &
sunken portion, through RCC slab, walls, base slab, junction of
RCC walls with base slab and construction joints of RCC water
tanks.
Rectification of cracks in beam, slab, column, lintels etc.

Brick work

Rectification of cracks in panel wall / portion.


Cracks / settlement of dwarf walls.
efflorescence.

Rectification of

Joinery

Replacement of warped joinery, borer affected joinery.


Cracks in panels, rails / styles etc.
Repairs / Replacement of loosened / pre-mature failure of
fittings.
Tightening / Replacement of sag in mosquito proofing.

Builders Hardware

Steel & Iron work

Rectification / Replacement of defective part of rolling shutter.


Redoing of defective portion in fabrication / welding including
painting.
Steel windows, grills, gates etc. defects to be rectified.

Roof treatment

Plastering

Rectification of leakage / seepage of roof slab including covering


at junction till guarantee period.
Rectification of structural / superficial cracks if any.
Rectification of protruding / peeling off plaster if any.
Rectification of efflorescence

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 40

Sl.
No.
8

10
11

12
13

14
15

Description

Defect Liability

Flooring

Rectification of settled portion of plinth protection including saucer


drain.
Rectification/ replacement of settled floors.
Settlement of foundation & floors.
Plumbing
/ Making good of leakage through soil / waste pipe and joints.
Sanitary fittings
Replacement of looking mirror if found wavy.
Rectification of leakage of over head tanks.
Leakage / seepage of sunken floor, blockage of taps / pipes, nonfunctioning of cistern.
Finishes
Making good of defective / dissimilar patches of painting to match
with remaining surfaces.
Internal
Water Repairs / Replacement of defective taps / fittings.
Supply
Repair to leakage of GI water pipe lines including joints.
Removal of blockage of GI pipe lines.
Roads
Repair of sinking portion of road & potholes, if any
Sewage
Rectification of slope / system if found defective during use.
Rectification of major blockage in Sewer lines.
Cracks & settlement of sewage lines.
Drains
Repair to Drains. Settlement of Drains
External
Supply

Water Repairs to installations & fittings.

16

Water Proofing

17

General

Repair/ rectification of leakage/ seepage including replacement of


defective water proofing treatment along with all the affected
sanitary and plumbing items, flooring, skirting and dado if any
repairing dismantling for replacement/ repairing water proofing
treatment during the guarantee period.
All manufacturing & fabrication defects of structures/ RCC water
tanks/ fixtures / fittings / equipments other than listed above.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 41

ADDITIONAL SPECIFICATIONS
1. EARTH WORK:i. Excavation shall be undertaken to the width of footing including necessary margins for
construction operation as per drawing or directed otherwise. Where the nature of soil or the
depth of the trench and season of the year, do not permit vertical sides, the contractor at
his own expense shall put up the necessary shoring, strutting and planking or cut slopes
with or without steps, to a safer angle or both with due regard to the safety of personnel
and works and to the satisfaction of the Engineer. Measurement of plan area of excavation
for payment shall be permitted only.
ii. All the major excavation shall be carried out by mechanical excavator. No extra payment
shall be made for that.
iii. Disposal of surplus earth shall be done as per direction of Engineer-in-charge.

2. Brick Work.
i. Bricks shall be obtained from kilns approved by the Engineer-in-Charge and shall be of
nominal size as per CPWD specification for non-modular bricks of class designation 7.5
N/mm2.
ii. Dimensional tolerance: - The dimension tolerance shall be as per CPWD specification Vol
I,Para 6.1.3.3.
iii. The Bricks shall be fully saturated with water by dipping in water tank just before utilizing in
the work so that it does not soak any moisture from mortar. For ensuring proper dipping of
bricks in water, the contractor shall always maintain a portable drum/ PVC tank filled with
water nearby the location where brick masonry is in progress. If at any time unsaturated
bricks are found used in the work, such work shall be dismantled and redone by using
saturated bricks. All these operations shall be done by the contractor at his own cost and
nothing extra shall be paid to the contractor for all these operations.

3. R.C.C. Work.
3.1Ingredients:i. Coarse Aggregate:
a. The maximum size of stone aggregates shall be 20mm nominal.
b. The Contractor shall make separate dedicated arrangement for washing of stone aggregate
at site of work. The stone aggregate immediately on bringing at site of work, shall be
washed to remove all dirt, silt and earth from it and then the washed stone aggregate shall
be kept separately for use in the work. Unwashed and washed stone aggregate shall be
kept separately. If at any time unwashed stone aggregate is found used in the work; such
work shall be dismantled and redone by using washed stone aggregate. All these
operations shall be done by the contractor at his own cost and nothing extra shall be paid
to the contractor for all these operations.
c. All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries or any other source to be got approved by the Engineer-in- Charge.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 42

ii. Fine Aggregate


Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of
standard quality. Sand shall be obtained from approved source or any other source to
be got approved from the Engineer-in-Charge and screened as required. The same
shall consist of hard siliceous material. It shall be clean sand.
iii. Water: It shall conform to requirements laid down in IS: 456-2000
specifications.

and CPWD

iv. Cement : It shall be of OPC 43 grade and shall conform to IS: 8112.
v. Admixtures: Wherever required, admixtures of approved quality shall be mixed with
concrete to achieve the desired workability within specified water cement ratio. The
admixtures shall conform to IS: 9103. The chloride content in the admixture shall satisfy the
requirement of BIS: 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.
3.2.

MIX DESIGN.

i. The Contractor shall design mixes for each class of concrete meeting the requirements as
specified as per clause 5.8.4.1 of CPWD specifications 2009 Vol. I with correction slips
upto15.09.2015
ii. One month in advance to commencement of concreting work, the contractor shall submit
proposal of mix designs and test results from approved laboratory for the approval of the
Engineer-in-Charge. No concreting shall be done until the mix design is approved.
iii. All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor.
iv. The R.C.C. work shall be done with Design Mix Concrete unless specified. In the
nomenclature of items, wherever letter M has been indicated, the same shall imply for the
Design Mix Concrete. For the nominal mix in RCC, CPWD specifications shall be followed.
The Design Mix Concrete will be designated based on the principles given in IS: 456,
10262 & SP 23. The contractor shall design mixes for each class of concrete indicating
the concrete ingredients and proportions that will result in concrete mix meeting
requirements specified. In case of use of admixture and or white cement, the mix shall be
designed with these ingredients as well. The specification mentioned herein below shall be
followed for Design Mix Concrete.
3.3 Grade of Concrete: i. The characteristic compressive strength of all grades of Concrete manufactured/ produced
shall be as per CPWD Specifications 2009 Vol. I with correction slip upto15.09.2015.
ii. The mix will be designed for minimum workability as specified in Para 7 of IS: 456: 2000.
iii. For all grade of design mix concrete manufactured/produced, the Minimum cement
contents in the concrete shall be 310 kg/cum of concrete. Also irrespective of grade of
concrete the maximum cement content shall not be more than 500 kg/cum of concrete.
These limitations shall apply for all type of concrete of all strength.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 43

iv. Actual cement content in each grade of concrete for various design conditions of variables
shall be established by design mixes with in the limit.
v. The concrete mix design shall be done by the contractor at his own cost through one of the
following laboratories/Test houses:
(i)

NIT, Silchar

(ii) IIT, Guwahati

iii) NIT, Agartala.

(iv)

Any Lab of repute as decided by ADG(ER-II)


The various ingredients for mix design/laboratory tests shall be sent to the lab/test
houses through the Engineer-in-Charge immediately after award of work and the
samples of such aggregates sent shall be preserved at site by the department. The
admixture if used by contractor shall be at his own cost without any extra payment.

vi.

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 at
laboratory established at site shall be submitted by the contractor as per the direction of
the Engineer-in- Charge.

vii.

For ensuring proper curing during the curing period, water shall be kept standing on the
horizontal surface whereas the vertical surface of Concrete/RCC shall be kept covered
with wet thick gunny bags/ jute cloth for which nothing extra shall be payable.

3.4

APPROVAL OF DESIGN MIX:-

The mix design for a specified grade of concrete shall be done for a target mean
compressive strength
_fck = fck + 1.65s
Where fck = Characteristic compressive strength at 28 days.
S = Standard deviation which depends on degree of quality control.

The degree of quality control for this work is good for which the standard deviation (s)
obtained for different grades of concrete shall be as follows:Sl No

1
2
3
4
5

GRADE OF CONCRETE
M-15
M-20
M-25
M-30
M-35

STANDARD DEVIATION
3.5
4.6
5.3
6.0
6.3

Out of the six specimen of each set, three shall be tested at seven days and remaining
three at 28 days. The preliminary tests at seven days are intended only to indicate the
strength to be attained at 28 days.
3.5

BATCHING, MIXING, TRANSPORTATION, PLACING & COMPACTION:-

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

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 44

3.6

PREPERATION
OF
MIXES
AS
PER
APPROVED
CONDUCTING CONFORMITY TEST AT FIELD LAB:-

DESIGN

MIX

AND

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 the entire satisfaction for 7 days & 28 days. Test
cubes shall be taken from trial mixes as follows:
For each mix, a set of six cubes shall be made from each of the three consecutive batches.
Three cubes from each set of six shall be tested 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.
WORK STREGTH TEST: - TEST SPECIMEN

Sample from concrete shall be taken as per IS 1199.Work strength test shall be
conducted in accordance with IS: 516 on random sampling. Each test shall be
conducted on six specimens, three of which shall be tested at 7 days and
remaining three at 28 days. Additional samples shall be prepared as per the direction of
Engineer in charge for testing cured by accelerated method as described in IS: 9103.
TEST RESULT OF SAMPLE

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

Standard of acceptance shall be same as specified in CPWD Specifications 2009 Vol. I with
correction slip upto15.09.2015 in pursuance to IS 456:2000.
3.7.1. In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specifications, 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.
4.8

QUALITY CONTROL OF READY MIXED CONCRETE:-

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

Forward control and consequent corrective action are essential aspects of quality control. It
includes:i. Control of Purchased Material Quality
It shall be assured that all the materials purchased and used in the production of
concrete conform to the stipulation of the relevant agreed standards with the material
supplier and the requirements
of the product mix design and quality control
procedures.
This can be accomplished by visual checks, sampling and testing,
certification from material supplier and information/ data from material supplier.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 45

ii. Control of Material Storage


a. Adequate and effective storage arrangement shall be provided for prevention
of contamination, reliable transfer and food systems, drainage of aggregates,
prevention of freezing or excessive solar heating of aggregate etc.
b. Record of mix design and mix design modification will be readily available in computer for
inspection of Engineer-in-charge any time.
iii. Transfer and Weighing Equipment
RMC producer shall ensure that a documented calibration procedure is in place.
Proper calibration records shall be made indicating date of next calibration due, corrective
action taken, if required.RMC producer shall also maintain a daily production record
including details of customers to whom RMC was supplied including details of mixes
supplied. Record shall also be maintained of what materials were used for that days
production including water and admixture.
iv. Maintenance of Plant, Truck Mixers and Pumps
Maintenance of Plant, Truck Mixers and Pumps should be well mentioned so as to
not hamper any operation of production, transportation and placement. Intermediate Control
Intermediate control is concerned with instant action to control the quality of Concrete being
produced or that of deliveries. It will cover:a.

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

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

Use of equipment at the plant designed to measure moisture content of aggregates,


Particularly fine aggregates or the workability of the concrete.

d. Making corresponding adjustments at the plant automatically or manually to batched


quantities to allow for observed, measured or reported changes in materials in concrete
quantities.
e. Concrete mixes shall be randomly sampled and tested for workability and where
appropriate plastic density, temperature and air content. Corrective action shall be taken
where significant variation is noticed.
v.

Retrospective Control
Retrospective control covers:
a. Sampling of concrete, testing, monitoring of results.
b. Any property of materials or concrete such as aggregate grading, slump, air content,
but it is particularly associated with 28 day cube strength because of its very nature
as it cannot be measured ahead of or at the time of manufacture.
c. Weigh bridge checks of laden and unladen vehicle weights.
d. Stock control of materials.
e. Diagnosis and correction of faults identified from complaints.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 46

Control of designed and the prescribed mixes: a quality control system shall be operated
to control the strength of designed mixes to the required levels. The system shall include
continuous analysis of result from cube tests to compare actual with the target values
together the procedures for modifying mix proportions to correct for observed differences.
For prescribed mixes periodic and systematic checks shall be made to ensure that the
cementations materials contents of prescribed mixes comply with their mix proportion
3.9 FORM WORK
In provision of CPWD specification 2009 Vol. I with correction slipsupto17.02.15and R.C.C.
Work (in pursuance to I.S. 456-2000) in respect of form work it is provided that basically only
steel shuttering shall be adopted in general. However, a combination of steel and shuttering ply
conforming to I.S: 848-1974 and I.S: 5539 may be allowed by the Engineer-in-Charge in
consideration of the special request of the contractor to maintain quality and speed of the
work. In such cases the use of shuttering ply shall be permitted only for circular columns, beam
sides and bottom and in other locations wherever it is felt necessary on account of
difficulty in using steel shuttering in such locations. But in other areas like slab,
rectangular/square columns etc. steel shuttering shall be invariably used. However, no extra
payment or deduction will be admissible or made for use of shuttering ply. All prop, bracing,
scaffolding etc shall be in steel. To maintain the quality and speed the contractors have to
arrange and bring the following minimum quantities steel centering shuttering with necessary
steel vertical props, horizontal and diagonal bracings before execution of the following items of
work.
i.
Foundation and footings.
200 sqm.
ii.
Beams.
500 sqm.
iii.
Columns.
250 sqm
iv.
Slab
700 sqm
v.
Steel props
1000 cum space
The aforesaid quantities of shuttering materials should be kept at site for execution of the
columns, footings and beams.
3.10. REINFORCEMENT
i. The rate of item of reinforcement of RCC work includes all operations including straightening,
cutting, bending, welding, binding with annealed steel or welding and placing in position at all
the floors with all leads and lift complete as per CPWD Specifications.
ii. 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.
iii. To ensure proper cover, only factory made round type cover blocks of same mix shall be
used to avoid displacement of bars in any direction.
iv. Element of reinforcement as per standard design is included in the item of brick masonry
manholes. Therefore, the reinforcement used in the manholes shall not be separately
measured for payment under the item of reinforcement.
v. Before placing the reinforcement bars in position, contractor shall submit the bar bending
schedule indicating the shape of bar, type/ designation of bar, number of bars, the diameter
bars, quantity of reinforcement etc., as per structural drawing for approval by the Engineer-inCharge in writing. After the approval of the bar bending schedule by the Engineer-in-Charge,
the reinforcement shall be placed in position and thereafter it shall be measured in the
measurement book and got test checked of its accuracy before embedding or before placing it
Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 47

beyond the reach of measurement, from the Engineer-in-Charge


or his
authorized representative. Similar action shall also be taken for all other hidden items. It will
be the responsibility of the contractor to bring out to the notice of the Engineer-inCharge the deviations, if any giving the details of the measurements with locations for
approval of the competent authority immediately after it is detected or foreseen.
3.11- MATERIAL:
i. Inspection of materials or works: All materials brought to the site by the contractor for use in
the work, as well as fabricated components shall be subject to inspection and approval by
Engineer-in-Charge. The contractor shall be required as directed by the Engineer-in-Charge,
to get necessary tests carried out on materials components at his own cost from the
laboratories/test houses, approved by the Engineer-in-Charge.
ii. Manufacturers Test Certificate: The contractor shall, if required by the Engineer-in-Charge,
produce manufacturers test certificates for any material or particular batch of materials
supplied by him. The tests carried out shall be as per relevant specifications/ Indian Standard
Code.
4
i.

WOOD WORK
The samples of species of timber to be used shall be deposited by the contractor with the
Executive Engineer before commencement of the work. The contractor shall produce cash
vouchers and certificate from standard kiln seasoning chemically pressure treatment
plant operators about the timber section to be used on the work having been kiln
seasoned chemically pressure treated by them, failing which it would not be to accept as
kiln seasoned & chemically pressure treated.

ii.

Specified timber shall be of good quality and well seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood.

iii.

Wood work shall not be painted, oiled or otherwise treated before it has been approved by
the Engineer-in-Charge.

iv.

All portion of timber including architrave abutting against masonry concrete stone or
embedded in ground shall be painted with approved wood preservative or with boiling coal
tar.

v.

All fittings and fixtures shall be got approved from the Engineer-in-Charge before
procurement well in advance and the approved samples shall be kept at site till completion
of the work

vi.

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

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 48

vii.

The shutters should be brought at site without primer / painting.

viii.

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

ix.

Inspection of shutters shall be carried out for dimensions & tolerances, size & type general
construction & workmanship, finish & glazing at the following frequency: Sl no

Sample Size

Upto 25

26 to 50

51 to 100

101 to 150

13

151 to 300

20

301 to 500

32

501 to 1000

50

1001 & above

80

1
2
3
4
5
6
7
8

Permissible number of defectiveness

Lot Size

x.

Criteria for conformity:-

Any sample shutter failing in any one or more of the requirements


inspected for as above shall be considered as defective. A lot shall be considered as having
satisfied the requirements of the standard if the number of defective shutters in the sample
does not exceed the corresponding permissible number of defectiveness given above.

xi.

Testing The shutters shall be tested for species seasoning & treatment, defects in the
timber, panel material, construction & workmanship in the approved Govt. Laboratory at the
frequency mentioned in CPWD specification. If shutters are found defective in any one of the
criterion double the shutter shall be tested & if found permissible can be accepted. If shutter is
found defective in more than one criterion, the whole lot shall be rejected.

xii. Finish

a)
b)
c)

All components of door shutter shall have smooth finish.


Panels of the door shutters shall be flat and well sanded to a smooth and level Surface.
All the surfaces of door shutters which are required to be painted or polished or varnished
shall be got approved from the Engineer In Charge before applying protective coat of
primer, polish or varnish.

5. STEEL WORK:
i. The steel doors, windows, ventilators and composite units shall be got fabricated in Work
shop approved by the Chief Engineer concerned.
ii.

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

iii.

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

iv.

In the MS Tee/angle iron frames for doors, four numbers S S hinges for each door
shutters and one no. 50mm MS hinge for wooden cleat wherever necessary, the cost of
which are deemed to include in the rate of the item, shall have to be provided.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 49

6. SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE:i. The contractor at his own cost shall submit schematic drawing of water supply and sanitary
installation showing details of layout, including internal water supply and drainage details,
showing the detail of water supply lines including fittings diameter wise and fixtures
connecting to soil waste through traps and connection of W.C. to main shaft pipe for
drainage including its ventilation system for approval of Engineer-in-Charge.
ii. For the work of water supply and sanitary installations, the contractor shall engage the
approved licensed plumbers and submit the name of proposed plumbing agencies with their
credentials for approval of the Engineer-in-Charge.
iii. All PVC pipes and PVC fittings to be provided shall be able to sustain 6 kg/cm2
hydraulic pressure.

internal

iv. The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs etc.
wherever required and making good the same for which nothing extra shall be paid.
v. The Centrifugally spun cast iron pipe IS: 3989-1984 wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs of approved quality and nothing extra shall be paid
for on this account.
vi. The Centrifugally spun cast iron pipe IS: 3989-1984 wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs of approved quality and nothing extra shall be paid
for on this account.
vii. Cutting of centrifugal cast (spun) iron pipes wherever required shall be done by
electric machine. Pipes of different lengths as required having sockets will be brought to site
and used in the work. No collar will be permitted to be used in the work. If at any place collar
is found used, no payment of the pipes connecting that collar and the sanitary fittings
thereon shall be made in any case.
viii. GI tank nipples of appropriate size shall be used as per written approval of the Engineer-inCharge for making connection of pipes with the PVC water storage tanks.
ix. Nothing extra for providing & fixing CP Brass caps /extension pieces wherever required for
CP Brass fittings shall be paid beyond the rates payable for corresponding CP Brass fittings
x. Cleaning and Disinfection of Pipelines:On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free
from obstruction, debris and sediment by scouring or by any other process which the
Engineer-in-charge may prescribe. Upon satisfactory completion of testing and cleaning, the
pipelines shall be disinfected as order. Chlorine solution shall be applied at the charging
point as the pipeline is being filed and dosing shall be continued until the pipeline is full and
at least 50 parts of chlorine per million parts of water have been made available and
distributed evenly. If ordinary bleaching power is used, proportions will 150 gms of power to
1000 litre of water. If a proprietary brand is used, the proportion shall be as specified by the
manufacturer. The treated water shall be left in pipeline for a period as directed but not
exceeding 24 hours chlorine residual tests shall be taken at various points along the pipeline.
The disinfection process shall be repeated until the sample of water taken from the pipeline
are declared fit for human consumption by a recognized laboratory

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 50

xi. The entire responsibility for the quality of work will however rest with the building contractor
only and he shall submit a Guarantee Bond for five years as per Proforma at ANNEXURE-A2. 5% (five percent) of the cost of these items would be retained as Guarantee Money (in
addition to general security deposit mentioned in the Schedule-E) by the government and
the amount so deducted would be released after five years from the date of expiry of
maintenance period prescribed in the contract after the date of completion of the entire work
under the agreement, if the performance of the items is found satisfactory by the Engineerin-charge.
xii. If any defect is noticed during the guarantee period, the contractor should rectify it within
seven days and if not attended to the same will be got done from another agency at the risk
and cost of contractor.
7.

VARIATION IN CONSUMPTION OF MATERIALS

i.

The variation in consumption of material shall be governed as per CPWD specification 2009
Vol. I & II with correction slips upto 15.09.15and clauses of the contract to the extent
applicable. The following specific clauses shall govern the variation in consumption of pig
lead.

ii.

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

iii.

The theoretical quantity of cement to be utilized in item of concrete involving use of


single aggregate and mixed by volume batching shall be computed on the basis of the coefficient for cement to be used in different items of the work provided in DSR2013 with
correction slips upto reducing each of the co-efficient by 5%. However, where the concrete
is mixed by weight batching no such reduction shall be made from theoretical co-efficient
given in DSR2014 with correction slips upto15.09.2015for concrete with crushed stone
aggregate.

8:-WATER PROOFING
i.

The contractor must associate himself with the specialized firm to be approved by the
Engineer- in-Charge in writing, for integral cement based water proofing treatment for
sunken floors and on roofs. 10 years guarantee in prescribed Performa at Annexure-A shall
be given by the contractor. In addition, 10% (ten percent) of the cost of these items
would be retained as guarantee money to watch the performance of the work done.
However half of this amount retained would be released after five years, if the performance
of the work done is found to be satisfactory. If any defect is noticed during the guarantee
period, it should be rectified by the contractor within seven days and if not attended to, the
same will be got done by the Engineer- In-Charge through another agency at the risk and
cost of the contractor. The retained guarantee money could be released to the contractor, if
he submits FDR of equal amount having maturity period not less than guarantee period.
Before execution of the items of integral water proofing treatment/finishing work, the
contractor must submit the following details and get the same approved by the Engineer-inCharge.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 51

a. The name of the specialized firm


b. The trade names of the product which could be used;
c. List of works where this treatment has been used.
d. Quantity of chlorides and sulphides used in the product.
ii. Total quantity of the water proofing compound required shall be arranged only after obtaining
the prior approval of the make by Engineer-in-charge in writing. Materials shall be kept under
double lock and key and proper account of the water proofing compound used in the work
shall be maintained. It shall be ensured that the consumption of the compound is as per
specified requirements.
iii. The finished surface after water proofing treatment shall have adequate smooth slope as per
the direction of the Engineer-in-charge.
iv. Before commencement of treatment on any surface, it shall be ensured that the outlet drain
pipes / spouts have been fixed and the spout openings have been eased and rounded off
properly for easy flow of drain water.
v. The approved specialized agency for the work of water proofing will have to execute a
guarantee bond in prescribed Proforma enclosed as ANNEXTURE for removing any defects
for at least 10 years. Guarantee bond shall be signed by both the specialized agencies as
approved by the Engineer-in-Charge and the contractor to meet their liability under the
guarantee bond. However, the sole responsibility about the efficiency of water proofing
treatment shall rest with the building contractor.
9. STONE FLOORING/ SLAB WORK
i. In the event of non-availability of 18mm thick marble stone for flooring, 16mm thick marble
stone can be permitted. In that event, 22mm thick base cement mortar shall have to
be provided in place of 20mm thick base cement mortar for which nothing extra shall be
paid. However deduction for the less thickness of marble stone slab shall be made.
ii. Flooring work is to be executed as per flooring pattern shown in Arch. Drawings and as per
direction of Engineer-in-Charge for which nothing extra will be paid.
iii. The size of tiles/marble stone/Granite stone in dado/skirting is to be provided as shown in
Architectural drawings.
iv. Raj Nagar plain marble strips of width upto75 mm in required pattern shall be provided in
the Kota stone flooring as per direction and approval of Engineer-in-Charge. Nothing
extra shall be paid for making pattern.
v. Udaipur green marble strips of width upto 75 mm in required pattern shall be provided in the
marble stone flooring as per direction and approval of Engineer-in-Charge. Nothing extra
shall be paid for making pattern.
vi. Mirror finish/ granite finish rubbing of the Kota stone flooring shall be done only in those
locations for which the Engineer-in-Charge shall give prior direction in writing. No payment
shall be made for execution of this item in areas for which written direction is not given by the
Engineer-in-Charge.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 52

vii. For providing granite stone in counters, window sills, kitchen platforms and other similar
locations, the rate shall deemed to include semicircular mirror finished and mirror polished
pre-molding of the free/ exposed edges which shall have to be done and nothing extra shall
be paid on this account. Further for granite stone upto 2 meter, for treads of steps and risers,
kitchen counters, window sills and any other locations wherever decided by the Engineer-inCharge, single stone shall be used for which nothing extra shall be paid.
viii. The colour and shade of the granite and granite tiles shall be decided by the Engineer-inCharge.
10. CERAMIC GLAZED TILES.

i. The 1st quality ceramic glazed wall tiles shall be provided and fixed as per the relevant item
appearing in the schedule and shall have a minimum thickness of 5 mm.
ii. The 1st quality ceramic glazed floor tiles shall be provided and fixed as per the relevant item
appearing in the schedule and shall have a minimum thickness as per manufacturer's
specifications.
11. FLOORING

i. The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms, Kitchen,
W.C., etc. and nothing extra on this account is admissible.
ii. The vitrified tiles shall be as specified in the item. The tiles shall be of specified colours as
shown in the drawings and will be laid in pattern as per architectural drawings. Nothing extra
shall be paid for laying tiles in specific pattern. The tiles shall be of first quality of approved
make.
iii. Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so that
the wash water flows towards the direction of floor trap. Any reverse slop if found, shall be
made good by the contractor by ripping open the floor/grading concrete and nothing shall be
paid for such rectifications.
iv. The flooring and skirting will be executed as per pattern shown in the Architectural drawings
and as per approval of Engineer-in-Charge and nothing extra shall be payable on this
account.
v. Samples of flooring material are to be deposited well in advance to the Engineer-in-Charge
for approval. Approved samples should be kept at site with the Engineer-in-Charge and the
same shall not be removed except with the written permission of Engineer-in-Charge. No
payment whatsoever will be made for these samples.
vi. The rate shall include the cost of all materials and labour involved in all the operations.
Nothing extra shall be paid for use of cut/sawn tiles in the work.
12. FINISHING
i. The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the Engineer
in charge and of low VOC, shall only be used and brought to the site of, work in the original
sealed containers. The material brought to the site of work shall be sufficient for at least 60
days of work. The material shall be kept under the joint custody of contractor and
representative of the Engineer-in-Charge. The empty containers shall not be removed from
the site till the completion of the work without permission of the Engineer-in-Charge.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 53

ii. Brand and trade name of the paint to be used in the work shall be got approved in writing
from the Engineer-in-Charge before application of the samples of different shades. After the
written approval of the Engineer-in-Charge about brand, trade name, sample and shades of
the paints the contractor shall make bulk procurement of the paint. Before start of the item of
painting, the original purchase vouchers, delivery challan of purchase of full quantity of paint
materials shall have to be produced by the contractor to the Engineer-in-Charge.
The contractor shall bring full quantity of required painting material at site and get it
inspected from the Engineer-in-Charge before start of the item of painting.

13. ALUMINIUM WORK


i. 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 Quality coat class -2 or American standard AAMA
2604-05.

ii. 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.

iii. 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 mitred.

iv. 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).

v. 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.

vi. 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.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 54

vii. 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. Paneling and glazing shall be paid separately.

14. Quality assurance


1.

QUALITY ASSURANCE

(i)

(ii)

The proposed work is a prestigious campus development project and quality of


work is of paramount importance. Contractor shall have to engage well-experienced
skilled labour and deploy modern T&Ps and other equipment in the execution of the
work.
Many items like specialized flooring work, silicon sealant and backer rod fixing in
expansion joints, factory made door- window shutters, proper slope maintaining in
toilet units, sanitary- water supply installation, water proofing treatment, will specially
require engagement of skilled workers having experience particularly in execution of
such items.
The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material / work beyond the set out tolerance limit shall be summarily
rejected by the Engineer-in-charge and the 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.

(iii)

In addition to the supervision of work by CPWD engineers, the Committee of NIOH or


the Consultants deployed by the NIOH 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 the
complete satisfaction of Engineer-in-charge.
Special attention should be paid towards quality of materials, workmanship of
execution of required standard and finish, lines and levels internal and external
plastering, finish of 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, accurate joints in stone/ tiling / cladding work,
non-hollowness in floor and dado tiles work, protection of scratches over flooring by
providing layer of plaster of Paris, water tight pipe linings, proper compaction of joints
in brick masonry, proper compaction of filled up earth etc. as per specification to
achieve prescribed standards, Quality assurance for the project shall be of paramount
importance.

(iv)

Third party quality assurance (TPQA): The department may decide to engage
third party quality assurance system and the contractor shall render all the
necessary assistance and render arrangement for the inspection of work similar
to clause 16 of agreement.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 55

(v)

The Contractor shall submit, within 15 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 make 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-inCharge, 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.

(vi)

All materials and fittings brought by the contractor to the site for use shall conform to
the specification and the samples approved by the Engineer-in-charge. The contractor
should get the samples of all the materials got approved from the Engineer in charge
before bringing the bulk quantity, which shall be preserved at site of execution 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-In-Charge. Wherever brand / quality of material is not specified in the item of
work, the contractor shall submit the samples as per approved list of brand names
given in the tender document / particular specifications for approval of Engineer-InCharge. 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.

(vii) 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-in-Charge. 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 written
approval of the Engineer-in-Charge.
(viii) 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.
(ix)

To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.

(x)

The contractor has to establish field laboratory at site including all necessary
equipment for field tests as given in Schedule F. All the relevant and
applicable standards and specifications shall be made available by the
contractor at his cost in the field laboratory. The contractor shall designate one
of his technical representatives possessing required qualification and
experience specified in the Schedule F as Quality Assurance Engineer, who
shall be responsible for carrying out all mandatory field/laboratory tests. The
contractor shall also provide adequate supporting staff at his cost for carrying
out field tests, packaging and forwarding of samples for outside laboratory
tests and for maintaining test records.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 56

(xi)

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 AE/AEE/EE. Contractor shall be
responsible for safe custody of all the registers.

(xii) 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.
(xiii) 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.
(xiv) The necessary tests shall be conducted in the laboratory approved by the Engineer-inCharge. 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
him in the aforesaid operation the results of such tests and consequences thereon
shall be binding on the contractor.
(xv)

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-in-Charge.
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.

(xvi)

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 getwritten approval from the Engineer-in-Charge before he proceeds
with the use of same for execution of work and thereafter it is got tested at he
prescribed interval as per specification.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 57

(xvii)

All the hidden items such as water supply lines, drainage pipes, conduits, sewers
etc. are to be properly tested as per the design conditions before covering and their
measurements in computerized measurement book duly test checked shall be
deposited with Engineer in charge or his authorized representative, prior to hiding
these items.

(xviii) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
accessories should conform to local bye-laws rules and specification of municipal /
corporation, If CPWD Specifications are not available for the same. The contractor
should engage licensed plumbers for the work and get the materials (fixtures/fittings)
tested by the Municipal Body/Corporation authorities wherever required at his own
cost.
1.

Specialized Agencies
(i) The composite tender comprises of two components: viz. Main Component - Civil and
Minor Component - Electrical. The list of specialized items for civil component works
which are to be got executed through specialized agencies are as below:
CIVIL WORKS:
a.
b.
c.
d.
e.

Anti-termite treatment.
Water proofing works.
Aluminium doors, windows and aluminium partition.
Structural glazing facades
Fire check doors.

2.

The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot so as to achieve early completion. The agency
should deploy adequate and suitable equipment, machinery and labour as required for the
completion of the entire work within the stipulated period specified. Also ancillary facilities
shall be provided by contractor commensurate with requirement to complete the entire work
within the stipulated period. Nothing extra shall be payable on this account. Adequate
number/sets of equipment in working condition, along with adequate stand-by arrangements,
shall be deployed during entire construction period. It shall be ensured by the Contractor that
all the equipment, Tools & Plants, machineries etc. provided by him are maintained in proper
working conditions at all times during the progress of the work and till the completion of the
work. Further, all the constructional tools, plants, equipment and machineries provided by
the Contractor, on site of work or his workshop for this work, shall be exclusively intended for
use in the construction of this work and they shall not be shifted/ removed from site without
the permission of the Engineer-in-Charge.

3.

Display Boards : The Contractor shall provide and erect a display board of size and shape
as required, in a legible and workman like manner, the details about the salient features of
the project, as directed by the Engineer-in-Charge. The Contractor shall fabricate and put up
a display board of approved design indicating name of the project, Client/Owner, Engineerin-charges, Structural Consultants, Department etc. besides providing space for names of
other Contractors, Sub-Contractors and specialized agencies etc at the site within 15 days
from issue of award letter. Nothing extra shall be payable on this account. In case of non
compliance/delay in compliance in this, a penalty @ Rs. 500/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 58

4.

INSPECTION OF WORK
(i) In addition to the provisions of relevant clauses of the contract, the work shall also be
open to inspection by Senior Officers of CPWD the committee constituted for the purpose
of NIOH & the representative of the NIOH Consultants .The contractor shall at times
during the usual working hours and at all times at which reasonable notices of the
intention of the Engineer-in-charge or other officers as stated above to visit the works
shall have been given to the contractor, either himself be present to receive the orders
and instructions or have a responsible representative duly accredited in writing, to be
present for that purpose.
(ii) Inspection of the work by NIOH
a) The committee/consultant appointed by NIOH, may inspect the works including
workshops and fabrication factory to ensure that the works in general being
executed according to the design, drawings and specifications laid down in the
contract. Their observations shall be communicated by the Engineer-in Charge
and compliance is to be reported by the contractor to the Engineer-in-Charge.
5.

Senior Officers of CPWD, Dignitaries from Central Ministry / Department, NIOH


Authorities shall be inspecting the on-going work at site at any time with or without prior
intimation. The contractor shall, therefore, keep updated the following requirements
and detailing.
a) Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.
b) Entrance and area surrounding to be kept clean.
c) Display layout plan key plan, Building drawings including plans, elevations and
sections.
d) Display of up to date Bar chart, CPM and PERT Chart etc.
e) Keep details of quantities executed, balance quantities, deviations, possible Extra
item, substituted Item etc.
f) Keep one sets of plastic / cloth mounted building drawings.
g) Sets of Helmets and safety shoes for exclusive use for officers/dignitaries visiting
at site.

6. PROJECT REVIEW MEETINGS:


The contractor, immediately on award of work shall submit details of his key personnel
to be engaged for the work at site. In addition, he shall furnish to the Engineer-in-charge
detailed site organization set up diagram.
The contractor shall present the programme progress and status at various review
meetings as required.
(i)

Weekly Review Meetings: Shall be attended by Local Team headed by Project-incharge of the Contractor and specialized agencies engaged by the Contractor.
Agenda

a) Weekly programme v/s actual achieved in the past


week and programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/
PMC/AED.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 59

(ii) Monthly Review Meetings : Shall be attended by Project in charge and the
Management Representative of the Contractor who can take independent
decisions and Management Representative of the specialized agencies engaged
by the Contractor as per the contract conditions who is to take decisions.
Agenda

a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on queries raised either by
Contractor/PMC.
g) Anticipated cash flow requirement for next two
months.
(iii) Apart from the above meeting the Engineer-in-Charge may convene meeting at
any time according to the necessity and the Contractor is bound to attend the
meeting with his team and specialized agencies with requisite details.

Brief Specifications (i) . Administrative/ Academic Block, Hostels and Canteen/Dinning :


Sl.
No.
1.

Description
Foundation

2.

Super structure

3.
(a)

Doors
Frame-

(i)

Rooms

(ii)
(b)
(i)

Toilet
Shutters
Rooms

Specification
Allowable bearing capacity as intimated by the EE/ ACD is 15
ton/sqm at 2.0 m depth below ground level. RCC isolated / combined
footing for columns with M-25 grade concrete. Before the actual
construction is taken up the bearing capacity of soil has to be
confirmed. The Admn. / Academic block is designed as double
storied.
The floor height of Admn. / Academic block shall be 3.60 m as per
Arch drawing. The structure shall be RCC framed construction in M25 concrete. Filler walls in brick masonry in cement mortar 1:6 using
7.5N/mm2 brick, internal partition with half brick masonry in cm 1:4
using 7.5N/mm2 brick. Portland pozzolana cement shall be used for
brick masonry

For all doors& cup boards except Toilet pressed steel M.S. Profile
section with 4 hinges for each leaf for fixing the door shutter of room
and piano hinges for cupboard shutter has been considered for
ensuring longevity. For hostels and canteen, M.S.T-iron frames to be
provided for doors and cub boards.
PVC frame
35 mm thick commercial type flush door shutter with M.S Sliding
door bolt, Aluminium tower bolt on inside of shutter (250X10mm on
top & 150x10mm at middle), 125mm Aluminium handle on both

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 60

faces, Aluminium twin type hanging floor door stopper has been
considered
Door closer: one hydraulic door closer on each leaf of door in all
rooms.
25 mm thick commercial type flush door shutter with 150mm M.S
hasp & staple, Aluminum tower bolt on inside of one
shutter(150X10mm on top), 125mm Aluminium handle on front face
of each leaf , has been considered
Shelves: 25mm finished thickness RCC pre-cast shelves with
IRC fabric as reinforcement.

(ii)

Cup boards

(iii)

Main entrance door

Collapsible shutter at the entrance has been taken

(iv)

Bathroom and toilet

Following has been considered.


30 mm thick PVC door shutter plain,
one Aluminium tower bolt (100x10mm) only on inside face at centre
and Aluminium Handle 125 mm on both faces.
one Aluminium tower bolt (150x10mm) and 125mm Aluminium
handle on each face inside as well as outside

4.

Windows

Provision of aluminium glazed windows has been taken in the


estimate.

5.

Ventilators

Provision of aluminium glazed ventilator has been taken in the


estimate

Window Sills

18mm thick, silver grey colour granite duly pre-finished with edge
moulding shall be laid in out ward slope of 5mm to drain off rain
water.
Gap between window frame & granite sill shall be filled up with baker
rod & weather silicon sealant 5 mm x 5 mm .

7.
(a)

Flooring
All corridor and open
yard

(b)

In charge room, and


other rooms

(c)

Ramp flooring

(d)

Skirting in corridor

Polished 20 mm thick Kota 150mm skirting stone slab over cement


mortar 1:3

(e)

Stair case steps and


riser

Single piece Polished Kota stone (i) 25mm thick for Treads duly
prefinished with semicircular nosing & (ii) 20mm thick for 150 mm
high risers.

(f)

Toilets

300X300mm ceramic anti skid tiles flooring..

Skirting/dado for
Toilets

200x300mm ceramic glazed tiles - 2100mm high.

Kota stone slab 25 mm thick over cement mortar 20 mm


Double Charged Vitrified tiles (600x600mm size) flooring, in in
charge room ,meeting room, canteen and common space and library.
In other rooms, rectified tiles will be provided.
Precast cement chequered tiles (EUROCON / ULTRA tiles) shall be
provided.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 61

Finishing

(a)

Internal (plaster)

(i) 12 mm cement plaster 1:6 for smooth face of Brick Masonry.


(ii) 15 mm cement plaster 1:6 for rough face of brick masonry.
(iii) 6 mm cement plaster 1:3 over exposed surface of RCC except
retaining walls which will be only with shutter finish& without
painting.
(iv) 12 mm cement plaster 1:4 finished with a floating coat of neat
cement inside RCC Gutter, upto plinth of building on exposed brick
masonry, inside of RCC UG Sump, inside of RCC terrace Tank,
inside of septic tank.

(b)

External (plaster)

(i) 12 mm cement plaster 1:6 for smooth face of Brick Masonry.


(ii) 15 mm cement plaster 1:6 for rough face of brick masonry.
(iii) 12 mm cement plaster 1:4 finished with a floating coat of neat
cement upto plinth of building on exposed brick masonry on external
periphery.
(iv) There shall be no plaster on the thickness of DPC. 40mm wide &
12mm deep uniform size Groove will be left between plaster below
DPC and above DPC (outside of building)
(v) No plaster on retaining walls which will be only with shutter
finish & without painting

(c)

Painting (Internal)

(d)

Painting (External)

Premium acrylic smooth exterior paint ( Apex ultima advanced anti


algal weather proof emulsion/ Berger weather coat all guard with
silicon additive) on all external walls, sun shades (top & bottom)
including compound wall.

10.

(i) Stair case &


Ramp railing
(ii) Railing for
Entrance ramp &
Toilet for
differently abled
person

Stainless steel railing.

Roofing

Partly sloppy roof shall be with RCC slab as per architectural


drawing.
Calcium silicate false ceiling (suspended with 4mm dia GI Wire as
per schedule item) wherever required.
Calcium silicate tile shall have smooth opening for ceiling lights, fans
& fittings, without damaging the ceiling tiles.
RCC gutters are provided at terrace level from where rain water will
be collected into sump well through 160mm dia PVC rain water pipes.
PVC rain water pipes will be secured into column/ brick wall with GI
'U' clamp [ PVC clamps shall not be provided ].

11.

(i)
White cement based putty on walls & ceiling.
(ii)Acrylic distemper on walls &ceiling .
(iii) White wash in rest of the area.
(iv) Synthetic enamel paint on all wood work & M.S. steel work.

Stainless steel railing.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 62

12
(a)

Services
Water supply

(b)

Sanitary installation

Water supplied through GI pipe net work.


Terrace water tanks: PVC water tanks shall be provided on
terrace.
Indian type W.C.: For Gents & Ladies staff toilet.
E.W.C: For Gents staff toilet.
Urinal: Half stall urinals with CP Brass Auto closing push cock
individually for each bowl is to be provided for toilet.
Wash Basin: 630X450mm with a pair of CP Brass auto closing Push
cock for toilets;
550x400mm with a single CP Brass auto closing Push cock for
officers toilet
Sink: Stainless steel sink with swan neck swivel type CP sink
cock.

Drainage

(i) Urinals: To be drained through a network of 75mm dia PVC pipes


laid under floor upto Floor trap
(iv) Water trough: To be drained through 75mm dia PVC pipes laid
under floor upto Floor trap
(iii) Sanitary lines & fittings: SCI Centrifugally cast pipes & fittings;
(iv) Vertical stack in SCI pipe shall be connected to the floor
traps/ closets through 'Y' junction having door bend with access
door & plain 'Y' branch of required degree.
(v) RCC gutters are provided at terrace level from where rain water
will be collected into sump well through 160 mm dia PVC rain water
pipes.
(vi) PVC rain water pipes will be secured into column/ brick wall with
GI 'U' clamp [PVC clamps shall not be provided]

13

Water proof
treatment

Sunken area of Toilets & Inner side of Gutter : With tape crete
water proofing.
Flat Roof treatment: Integral cement based water proofing over roof
(flat roof).

14.

Plinth protection

CC 1:3:6(1 cement :3 coarse sand:6 graded stone aggregate 20 mm


nominal size) finished smooth over brick aggregates, and brick
edging.

(ii) Residential quarter 1 no. Type IV


Sl.
Description
No.
1. Foundation

Specification
Allowable bearing capacity as intimated by the EE/ ACD is 15
ton/sqm at 2.0 m depth below ground level. RCC isolated/ combined
footing for all columns with M-25 grade concrete. Before the actual
construction is taken up the soil investigation has to be confirmed.
The residential qtrs. is designed as double storey.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 63

2.

Super structure

3. Doors
(a) Frame
(i) All doors except
Toilet(ii) Toilet doors
(b) Shutters
(i) Doors for rooms

(ii)

Kitchen

(iii) External doors shutter

(iv) Bathroom and toilet

The floor to floor height of qtrs. shall be 3.00 mtr as per Arch drg.
The structure shall be RCC framed construction in M-25 concrete.
Filler walls in brick masonry in cement mortar 1:6 using 7.5N/mm2
brick, internal partition with half brick masonry in cm 1:4 using
7.5N/mm2 brick. Portland pozzolana cement shall be used for
brick masonry

Frame of all doors except external door shall be with profile B and
for external door frames shall be with profile E.
PVC frame
-All doors except toilet & kitchen shall be 35 mm thick commercial
type flush door with M.S Sliding door bolt, Aluminum tower bolt on
inside of shutter(250X10mm on top & 150x10mm at middle), 125mm
Aluminium handle on both faces, Aluminium twin type hanging floor
door stopper has been considered.
-Magic eye shall be provided in main entrance door of each qtr
30 mm thick second class teak wood two paneled full height
stainless steel wire mesh shutter with M.S Sliding door bolt,
Aluminum tower bolt on inside of shutter(250X10mm on top &
150x10mm at middle), 125mm Aluminium handle on both faces,
Aluminium twin type hanging floor door stopper has been considered
35 mm thick commercial type flush door and 35 mm thick second
class teak wood two panelledshutter stainless steel wire mesh with
M.S Sliding door bolt, Aluminum tower bolt on inside of
shutter(250X10mm on top & 150x10mm at middle), 125mm
Aluminium handle on both faces, Aluminium twin type hanging floor
door stopper has been considered
.
30 mm thick PVC door shutter plain with one Aluminium tower bolt
(150x10mm) and 125mm Aluminium handle on each face inside as
well as outside

(v) Cup- Board

25 mm thick commercial type flush door shutter with 150mm M.S


hasp & staple, Aluminum tower bolt on inside of one
shutter(150X10mm on top), 125mm Aluminium handle on front face
of each leaf , has been considered
Shelves: 25 mm finished thickness RCC pre-cast shelves with
IRC fabric as reinforcement
Curtain Rod for hanging cloths in Cup Board: Nickel plated
M.S.Pipe curtain rods 25mm dia (Heavy type) with nickel plated
brackets

4.

Windows and
ventilators

Provision of aluminium glazed windows has been taken in the


estimate

5.

Windows Sills

18mm thick, silver grey colour granite duly pre-finished with edge
moulding shall be laid in out ward slope of 5mm to drain off rain
water.
Gap between window frame &granite sill shall be filled up with

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 64

backer rod & weather silicon sealant .


6.

Flooring

(i)

Living rooms, bed


rooms, passage &
balcony

(ii)

Kitchen

Vitrified tile flooring & Skirting (150mm high)

Matt finished Vitrified tile


Kitchen Counter: Ruby red/ Jet Black granite

(iii) Staircase & Common


area

Polished 25 mm thick Kota stone slab flooring over cement mortar


1:4 & 150mm high 20mm thick kota stone skirting
Treads : Single piece 25mm thick kota stone flooring with duly prefinished semicircular nosing
Riser : in steps : Single piece 20mm thick Kota stone
Skirting in staircase: 20mm thick Kota stone ( Riser height)

(iv) Toilet

Anti-skid / slip shield ceramic tile of size 300 X 300 mm (approx)


.The joints of tiles shall be filled with matching grout recommended
by tile manufacturer.

7.

Skirting/dado

(i)

Kitchen

Ceramic tile dado 1300 mm high above kitchen counter. The joints of
tiles shall be filled with matching grout recommended by tile
manufacturer.

(ii)

Bathroom & Toilet

Glazed tiles of size 200 x 300 mm 2.10 m The joints of tiles shall
be filled with polymer modified grout recommended by tile
manufacturer. For base mortar Portland pozzolana cement shall be
used.

8.
(i)

Finishing
Internal

12 mm cement plaster 1:6 15 mm cement plaster 1:6 in Portland


pozzolana cement for brick masonry walls,
6 mm cement plaster 1:3 in Portland Pozzolona cement over
exposed surface of RCC;
White cement based putty on all internal walls and ceiling
NO Primer to be applied over putty finished surface
Acrylic Distemper on all internal walls & ceiling
Synthetic enamel paint on all wood works and steel works.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 65

(ii)

External

12 mm cement plaster 1:6/15 mm cement plaster 1:6 in Portland


pozzolana cement for brick masonry walls,
6 mm cement plaster 1:3 in Portland Pozzolona cement over
exposed surface of RCC;
12 mm cement plaster 1:4 finished with a floating coat of neat cement
upto plinth of school building on exposed brick masonry
There shall be no plaster on the thickness of DPC. 40mm wide &
12mm deep uniform size Groove will be left between plaster below
DPC and above DPC
(v) No plaster on retaining walls which will be only with shutter
finish & without painting
NO White cement based putty on external surface/ walls
Acrylic smooth exterior paint with silicon additive (Apex ultima
advanced anti algal weather proof emulsion/ Berger weather
coat all guard with silicon additive) to be applied on external
surface of walls, chajjas (Top & Bottom).

9.

Stair case railing

Mild steel round/rectangular 'U' tubes for hand rail over M.S. square
bar/ flat balustrade as per Arch drawing.
Vertical balustrades shall be embedded in the treads concrete
for required depth.

10. Services
(i)

Water supply

2000 litres capacity PVC water tank


-Hot & cold water supply lines in bath rooms for bath taps & shower
shall be provided .
-Long body bib clock shall be provided for bath taps in Bath rooms

(ii)

Sanitary installation

All EWC shall be provided except for servant qtr where Indian Type
WC shall be provided
Wash Basin: 550x400mm with a single CP Brass auto closing Push
cock for all qtrs.
Kitchen Sink : Stainless steel Kitchen sink with Swan neck
swivel type Sink Cock to be provided in all qtrs.

11. Drainage

12. Plinth protection

13. Roofing

(i) Sanitary lines & fittings: SCI Centrifugally cast pipes & fittings
jointed with lead joints.
(ii) Vertical stack in SCI pipe shall be connected to the floor
traps/ closets through 'Y' junction having door bend with access
door & plain 'Y' branch of required degree.
CC 1:3:6(1 cement :3 coarse sand:6 graded stone aggregate 20 mm
nominal size) finished smooth over brick aggregates, and brick
edging.
RCC flat roof shall be finished with integral cement based water
proofing Coba treatment

14. Water proof treatment


(i)

Sunken area of Toilets

With tape crete water proofing for toilet sunken floors.

(ii)

Roof treatment

Integral cement based water proofing over flat roof.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 66

Development works 1. Retaining wall: RCC retaining wall of varying depth 3m high 60 m & 5 m 30 m,
according to the sloping terrain as per the details made available by the Executive
Engineer, AzCD to take care of the NIOH building, qtrs, UG sump & rain water collection
sump against sliding on sloping terrain and to retain the terrace formed by filled up earth
against sliding during torrential rains has been considered.
2. RCC Underground sump: 50 KL for drinking, toilet requirement etc. including rain water
collection tank.
3. Water supply : 80 mm GI main grid from sump and separate line of 40 mm GI pipe from
sump to terrace tank one to building and one line to qtrs.
4. Road :

150mm thickness

CC Pavement with

vibrated vaccum-dewatered M25

concrete over 100mm thick CC1:5:10 base concrete laid over sub grade consolidated
with road roller shall be laid in panels made with 6mm thick cement based board. The
width of the road shall be 5.00 meter for main building and residential area.
5. Storm water drainage :Trapezoidal 65mm thick RCC open surface drain with nominal
reinforcement. The drain near the main building to be covered with perforated RCC slab
cover. Drain water to be discharged outside boundary of school so that there is no
soil erosion.
6. Septic tank:

2 nos. - 50 users each with 2 soak pit for each septic tank

to be

constructed at least 50 meters away from main building & qtrs.


-Internal walls & the ceiling shall be finished with 12mm cement plaster finished with a
floating coat of neat cement.
-Top slab shall have 150mm camber longitudinally at centre having slope on both sides
- RCC NP2 pipe for drainage.
7. Compound chain link fencing: 1.50 m high coloured PVC coated G.I. Chain link fencing
fixed with M.S. Flat , GI Nuts and bolts over 65x65x5 mm angle iron posts around the
campus of the centre.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 67

ANNEXURE A
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OFWATER-PROOFING WORKS
(All Water - Proofing Items).
The agreement made this.................... day of ................. (Two Thousand _______ only)
..............between ....................................S/o ...............................................(hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
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 building
and structures in the said contract recited completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain water and leak proof, for ten years after the date of expiry of maintenance period
prescribed in the contract.
NOW THE GUARANTOR hereby guarantee that work executed by him will render the
structures completely leak proof and the minimum life of such water proofing treatment shall be
ten years to be reckoned from the date after the expiry of maintenance period prescribed in the
contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final
and binding on Guarantor.
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 including replacement of sanitary & plumbing
pipes, traps & fittings connecting, flooring, skirting & dado requiring demolishment for
replacement /repair of the water proofing wok at his cost to the satisfaction of the Engineer-InCharge calling upon him to rectify the defects failing which the work shall be got done by the
Department by some other contractor at the Guarantors cost and risk. The decision of the
Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing or commits breach there under, then the
guarantor will indemnify the principal and his successor 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 both the parties.
That 10% (Ten percent) of the cost of water proofing works (all water proofing items) shall be
retained by the Government as Guarantee Money and the amount as retained would be released
after ten years after the date of expiry of maintenance period prescribed in the contract after
completion of entire work, if the performance of the water proofing works is found satisfactory by
the Engineer-in-charge.
IN WITNESS WHEREOF these presents have been executed by the obligator
.......................and ........................................ by ................................. for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :1. ................................................ 2. ...........................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY .................in the presence of
:1. ............................................... 2. ..........................................

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 68

ANNEXURE A.1
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OFANTI TERMITE TREATMENT WORKS.
The agreement made this.................... day of ................. (Two Thousand
only) ..............between ....................................S/o ...............................................(hereinafter
called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
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
building and structures in the said contract recited completely termite proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
structure will remain termite proof, for ten years from the date after the maintenance period
prescribed in the contract expires.
NOW THE GUARANTOR hereby guarantees that work executed by him will render the
structures completely termite proof and the minimum life of such termite proofing treatment shall
be ten years to be reckoned from the date after the expiry of maintenance period prescribed in
the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final and binding on Guarantor.
During this period of guarantee, the guarantor shall make good all defects and for that
matter, shall replace at his risk & cost such wooden members as may be damaged by termites
and in case of any other defect being found, he shall render the building termite proof at his cost
to the satisfaction of the Engineer-In-Charge and shall commence the works of such rectification
within seven days from date of issuing notice from Engineer-in-charge calling upon him to rectify
the defects failing which the work shall be got done by the Department by some other contractor
at the Guarantors cost and risk and in the latter case the decision of the Engineer-in-charge as
to the cost recoverable from the Guarantor shall be final and binding.
That if the guarantor fails to execute the anti termite treatment or commits breach hereunder,
then the guarantor will indemnify the principal and his successor 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 both the parties.
That 10% (Ten percent) of the cost of anti termite work shall be retained by the Government
as Guarantee Money and the amount as retained would be released after ten years after the date
of expiry of maintenance period prescribed in the contract after completion of entire work, if the
performance of the anti termite work is found satisfactory by the Engineer-in-charge.
IN WITNESS WHEREOF these presents have been executed by the obligator
.......................and ........................................ by ................................. for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :1. ............................................... 2. ...........................................
SIGNED & sealed by SPECIALIZED AGENCY in the presence of :1. ............................................... 2. ...........................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................... in the presence of
:1. ............................................... 2. ..........................................

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 69

ANNEXURE-A-2
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF SANITARY INSTALLATIONS / WATER
SUPPLY / DRAINAGE WORK.
The agreement made this.................... day of ................. (Two Thousand only)
..............between ....................................S/o ...............................................(hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
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 work in the said contract recited structurally stable, leak proof and sound material,
workmanship, anodizing, colouring, sealing.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable, leak proof and guaranteed against faulty material and
workmanship, and finishing for five years from the date after expiry of maintenance period
prescribed in the contract.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any
leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship,
defective galvanizing for five years to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect to satisfaction of Engineer-in-charge 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 guarantors cost and risk. The decision of the Engineer-in-Charge
as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach there under, then
the guarantor will indemnify the principal and his successor 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 both the parties.
That 5% (Five percent) of the cost of Sanitary Installations, Water Supply, Drainage works
shall be retained by the Government as Guarantee Money and the amount as retained would be
released after five years after the date of expiry of maintenance period prescribed in the contract
after completion of entire work, if the performance of the Sanitary Installations, Water Supply,
Drainage works is found satisfactory by the Engineer-in-charge.
IN WITNESS WHEREOF these presents have been executed by the obligator
........................................and ................................................. by ........................................... for
and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:1. .................................................... 2. ............................................
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY...................... in the
presence of:1. .................................................. 2. ............................................

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 70

ANNEXUREB
LISTOFAPPROVEDMAKE OFMATERIALS
Thematerialsoffirst/standardqualityfromthefollowingpreferredmakesaretobe
used.
Incaseitis established thatthebrandsspecified belowarenotavailableinthemarket,contractor
shallsubmit alternativeproposalfortheapprovalofEngineer-in-Charge.
ThecontractorshallprovidethematerialsaspertheMakeorBrandindicatedbelow. Whentwoor
morealternativebrandshavebeenmentioned,thebrandtobefinallyusedshallbeas
decidedbythe
Engineer-in-Charge. ThecontractorshallobtaintheapprovalofSE, S C C forthealterativebrands,
beforetheactualexecutionofitems.
A.General

Materials.

SlNo.
Materials
Brand/ManufacturerName
1
OrdinaryPortlandcement A.C.C., L&T, J.P. Rewa, Vikram, Shree Cement, Gujarat
Ambuja,BirlaJute,CementCorporation
ofIndia,Taj, Star
Cement, Max Cement, Valley Strong, Dalmia Cementetc
having valid approval oftheADG, ER-II asondateof
procurement.
2

Pozzolana Portland
cement

SteelReinforcement(TMT
bars)
a)PrimaryProducers
SAIL,TISCO,RINL, Jindal Steel & Power Ltd., JSW Steel Ltd.

4
5
6
7
8
9

A.C.C., L &T, J.P. Rewa, Vikram, Shree Cement,


Ambuja,BirlaJute,CementCorporation
ofIndia,Taj, Star
Cement, Max Cement, Amrit Cement etc. having valid
approval ofthe ADG, ER-II asondateof procurement.

b)
Biscon, Kamdhenu, MeghaShakti, X-Tech TMTbars
SecondaryProducers(Sub etc.havingvalidapprovalofthe
ADG,
ER-II
asondateof
ject
procurement.
togeneralconditionNo.14&
subconditionthereof)
CGISheet
TataShakti,Jindal
SyntheticEnamelPaint/E Berger,AsianPaints, Nerolac, Jenson&Nicholson, ICI paints.
mulsion / steel/ wood
primer
AcrylicwashableDistempe Berger,AsianPaints, Nerolac, Jenson&Nicholson, ICI paints.
r
Waterproofingcementpain Berger,AsianPaints, Nerolac, Jenson&Nicholson,
ICI
t,
paints.
Primer
AcrylicExteriorPaint
Berger,AsianPaints, Nerolac, Jenson&Nicholson,
ICI
paints.
MorticeLatch

Godrej,Harrison

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 71

10

WhiteCement

Birlawhite,J.K.whiteorequivalent.

11

CeramicTiles

Somani, Kajaria, H & R Johnson or tiles having


approvalbytheCE,NEZ-II.
Hindalco,Jindal,IndianAluminiumCo.,
BHAGWATI
SAI, Guwahati (Anodising/powder coating by
approved anodiser)
approvedAnodiser).

12 (a) Aluminum extruded sections

12(b)
13
14
15
16

Aluminium composite panel


PVCDoorframeandShutters
Waterproofingcompound
Draperyrod
SteelWindow

Alucobond or equivalent
Rajshree, Polyline
CICO,FOSROC, Pidilite, BASF
Vista,Mac
M/sMultiwynIndustrialCorporationKolkataetchaving
validapprovalofCE,NEZ-IIasondateofprocurement.

17

FlushDoorShutters

Green Plywood, Century Ply, Mayur Ply, Kit Ply, A.B.


woodTech
Pvt
Ltd.,
M/s
Doorking
etc.havingvalidapprovaloftheCE,NEZ-IIas
ondateofprocurement.

18
19
20
21
22
23

Dash / Anchoring Fasteners


Nuts /Bolts & Screws
Admixtures
Vitrified Tiles
Paver Blocks and Curb stones
Hydraulic door closer/ floor
spring

HILTI, Fischer
GKW, Atul
Fosroc, MBT, Sika, CICO, Asian
Somany, Kajaria, H&RJohnson, Asian, NITCO
As approved by Engineer-in-charge.
Hardwyn, Godrej, Dorma.

24
25
26
27

EPDM Gasket
Tile Adhesive
Wall putty
Clear glass/clear float
glass/toughened glass

Hanu/ Annand
CICO, Dipilite, Ferrous
Birla white wall care, JK wall care white
1. Modi
2. Saint Gobain
3. AIS

28

Friction hinges

Sanitary fixturesand Faucets.


1 VitreousChinaSanitaryWare
2 C.P.BrassFaucets,Wastes,
Trapsetc

Earl bihari / Security style / EBIO / Arkey

Parryware,Hindware,Cera
Jaquar, King ston (ELTA) ESS-ESS or equivalent as
per decision and direction of Engineer-in-Charge

C.P.flushvalvesforW.C.s

C.P.BathroomAccessories

5
6
7

Plastic seat cover of WC


PVC Flushing Cistern
InfraredSensoroperatedFaucets

Jaquar, Parko (ECO), Kingstone Marc (Oriental) or


equivalent as per decision and direction of Engineer-inCharge or equivalent as per decision and direction of
Jaquar,
Engineer-in-Charge
Hindware, Commander, Diplomat.
Hindware( Slim line), Commander, Hindustan.
AOS-Robo,Encon,Utech,Lopal

StainlessSteelSink

Neelkant,Kingston cobra/Nirali

Bevellededgemirror

Atul,Jolly,Modiguard

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 72

Pipes andFittings
1

CentrifugallyCast(Spun)Iron
JayaswalNeco, HEPCO.
soil,wasteandventpipesand fittings

UPVCSoil,Waste, rain water


Supreme,Prince,Finolex, Kissan
andVentpipesandfittings confirming
to 15 : 13592

G.I.Pipes

Tata,Jindal(Hissar), Prakash / Surjya

G.I.Fittings

RBrand,Unik,Zoloto / Atam

C.I.ClassLAPipes

ElectroSteel,Kesoram, Jindal, Kartar

Stonewarepipes

Bhaskar, Anand,ISImarkedofapprovedQuality

R.C.C.Pipes

ISImarkedofapprovedQuality

PP-RPipesandFittings

Supreme,Prince,

CI Sluice valve

Annapurna or equivalent as approved by Engineer-inCharge

10 MS Pipe

TATA, Jindal (Hissar), Kalinga, Prakash, Surjya

Insulation
1

SyntheticPolymericRubber
Compound

Vidoflex,Superlon,Armstrong

Valves
1

Valves,FloatValves

Zoloto,RB,Italy, Prayag

BallValves

RB,CIM,ITAPItaly, Prayag

Gun Metal valves

Zoloto, Annapurna, Sant, RB.

Brass stop & Bib cocks

Zoloto, Annapurna, Sant, RB.

Manhole Covers, Gratings etc.


1

SteelFibreReinforcedConcrete
ManholeCoversandGrating

K.K.manholes,PragatiConcrete

C.I.ManholeCovers

RIF,Kajeco,Neco, Hepco

HDPE water storag tank

Sintex / Rotex / poly Con / Fusion plasto

AllotheritemsshallbeofISImarked/asperapprovedsamplekeptatsiteofwork.

Correction Nil Deletion Nil Insertion Nil Overwriting NilAE(P-VI) EE(P-II) AE(E) EE(P-E)

Page 73

PART C

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

Page 74

SHEDULE OF QUANTITIES
Name of work:- Construction of Centre for Disability Studies in Aizawl, Mizoram. (SH :-C/O Administration /
Academic block, Boy's cum Girls hostel (D/S), Dining/Common room and 1 no. Type-IV quarter (S/S)
including water supply, sanitary installations, sewerage, drainage, manual fire alarm system, development
and electrical works.
SLNo
1
1.1

1.1.1
1.2

1.2.1
1.3

1.3.1

Description

Unit

Amount

Earth work in excavation by mechanical means


(Hydraulic excavator) / manual means over areas
(exceeding 30cm in depth. 1.5 m in width as well as 10
sqm on plan) including disposal of excavated earth, lead
upto 100 m and lift upto 1.5m, disposed earth to be
levelled and neatly dressed.
All kinds of soil

4066

cum

cum

1720

cum

cum

200

cum

cum

2483

cum

cum

71

cum

cum

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 100 m.
All kinds of soil.
Excavation work by mechanical means (Hydraulic
excavator)/ manual means in foundation trenches or
drains (not exceeding 1.5m in width or 10 sqm on plan),
including dressing of sides and ramming of bottoms, lift
upto 1.5mtr including getting out the excavated soil and
disposal of surplus excavated soil as directed with in a
lead of 100m.
Ordinary rock
Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.

1.5

Supplying and filling in plinth with local sand under floors,


including watering, ramming, consolidating and dressing
complete.

1.6

Excavating trenches of required width for pipes, cables,


etc including excavation for sockets, and dressing of
sides, ramming of bottoms, depth upto 1.5 m including
getting out the excavated soil, and then returning the soil
as required, in layers not exceeding 20 cm in depth
including consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated soil as
directed, within a lead of 50 m :

1.6.1.1

Rate

Sub Head: E A R T H W O R K

1.4

1.6.1

Qty

All kinds of soil


Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia.
362

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

meter

Page 75

Sub Head: CONCRETE WORK

2.1

Providing and laying in position cement concrete of


specified grade excluding the cost of centering and
shuttering - All work up to plinth level :

2.1.1

1:5:10 (1 cement : 5 coarse sand : 10 graded stone


aggregate 40 mm nominal size)

2.2

Providing and laying cement concrete 1:5:10 (1 Cement :


5 coarse sand : 10 graded stone aggregate 40 mm
nominal size) under floors in sunken floors excluding the
cost of centring and shuttering.[ Note: The top of CC
1:5:10 to be kept 88 mm below the finished floor level so
that 40mm thick sandwitched layer of CC 1:2:4 flooring
(to bepaid separately under flooring items) between lean
concrete and bedding of final flooring item , can be laid
without conflicting with the finished level of flooring in
sunken areas]

2.2.1

All work above Plinth Level upto floor V level

2.3

Providing and laying damp-proof course 40 mm thick with


cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 12.5 mm nominal size).

2.4

Extra for providing and mixing water proofing material in


cement concrete for Damp proof Course in doses by
weight of cement as per manufacturers specification .

2.5

Applying a coat of residual petroleum bitumen of grade of


VG-10 of approved quality using 1.7 kg per square metre
on damp proof course after cleaning the surface with
brushes and finally with a piece of cloth lightly soaked in
kerosene oil.

2.6

Making plinth protection 50 mm thick of cement concrete


1:3:6 (1 cement: 3 coarse sand : 6 graded stone
aggregate 20 mm nominal size) over 75mm thick bed of
dry brick ballast 40 mm nominal size, well rammed and
consolidated and grouted with fine sand, including
finishing the top smooth.

3
3.1

Sub Head: REINFORCED CEMENT CONCRETE


Centering and shuttering including strutting, propping etc.
and removal of form for :

3.1.1

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


concrete

3.1.2

Walls (any thickness) including attached pilasters,


butteresses, plinth and string courses etc.

3.1.3

Suspended floors, roofs, landings, balconies and access


platform

3.1.4

Lintels, beams, plinth beams, girders, bressumers and


cantilevers

3.1.5

Columns, Pillars, Piers, Abutments, Posts and Struts

3.1.6

Stairs, (excluding landings) except spiral-staircases

3.1.7

Arches, Domes, Vaults upto 6 mtrs span

450

cum

cum

cum

cum

123

sqm

sqm

25

kg

kilogram

123.00

sqm

sqm

236

sqm

sqm

1132

sqm

sqm

1368

sqm

sqm

1654

sqm

sqm

2743

sqm

sqm

1367

sqm

sqm

60

sqm

sqm

48

sqm

sqm

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

Page 76

3.1.8

Extra for arches, domes, vaults exceeding 6 m span

3.1.9

Weather shade, Chajjas, corbels etc., including edges

3.2

Steel reinforcement for R.C.C. work including


straightening, cutting, bending, placing in position and
binding all complete upto plinth level.

3.2.1
3.3

Thermo-Mechanically Treated bars Fe 500D


Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete above plinth level.

3.3.1

Thermo-Mechanically Treated bars Fe 500D

3.3.2

Hard drawn steel wire fabric (forShelves)

3.4

Smooth finishing of the exposed surface of R.C.C. work


with 6 mm thick cement mortar 1:3 (1 Portland pozzolona
Cement : 3 fine sand).Note : No finishing of RCC
surface which is hidden behined masonry is to be
done.Quantity of finishing if done on the RCC surface
which is hidden behind masonsry shall not be
measured for payment.

3.5

Providing and laying in position machine batched and


machine mixed design mix M-25 grade cement concrete
for reinforced cement concrete work in every type of RCC
member using cement content as per approved design
mix, including admixtures in recommended proportions
as per IS: 9103 to accelerate, retard setting of concrete,
improve workability without impairing strength and
durability , pumping of concrete to site of laying, vibrating,
compacting,finishing with wooden trowel, but excluding
the cost of centering, shuttering , and reinforcement, as
per direction of Engineer-in-charge including laying the
concrete in roofs having slope more than 15*.(Note :Cement content considered in this item is @ 330
Kg/cum.Excess/less cement used as per design mix is
payable/recoverable separately).

3.5.1

All works up to Plinth level.

3.5.2

All works above plinth & up to floor V level.

3.6

Add for using extra cement in the items of design mix


over and above the specified cement content therein.

3.7

Providing, hoisting and fixing upto floor five level pre-cast


reinforced cement concrete in shelves, including
setting in cement mortar 1:3 ( 1cement: 3 coarse sand),
cost of required centring, shuttering and finishing with
neat cement punning on exposed surfaces but excluding
the cost of reinforcement, with 1:2:4 ( 1cement: 2 coarse
sand: 4 graded stone aggregate 12.5mm nominal
size).Note: The finished thickness of shelf shall not
be more than 25mm.

3.8

Add for providing plaster drip course on the soffits of


beams/ lintels or deduct for not providing plaster drip
course in plastered surface or moulding to R.C.C.
projections/Chajjas. (Note: Deduction item will be
operated for not executing drip course on RCC
Projections/Chajjas).

48

sqm

sqm

72

sqm

sqm

101356

kg

kilogram

88634

kg

kilogram

748

kg

kilogram

5537

sqm

sqm

760

cum

cum

525

cum

cum

714

quintal

480

cum

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

quintal

cum

meter

Page 77

3.9

3.9.1
4

Providing and laying in retaining wall for weep holes


unplasticised Rigid PVC water pipes conforming to IS :
13592 Type A able to sustain pressure @ 6 kg /sqcm
75 mm diameter
Sub Head: B R I C K

50

4.1

Brick work with common burnt clay F.P.S. (non modular)


bricks of class designation 7.5 giving ringing sound
when struck together in foundation and plinth in:

4.1.1

Cement mortar 1:6 (1 portland pozolana cement : 6


coarse sand)

4.2

Brick work with common burnt clay F.P.S. (non modular)


bricks of class designation 7.5 giving ringing sound
when struck together including providing and fixing 300
mm dia RCC collar in full thickness of wall for exhaust fan
wherever required, in superstructure above plinth level up
to floor V level in all shapes and sizes in :

4.2.1

Cement mortar 1:6 (1 portland pozolana cement : 6


coarse sand)

4.3

Half brick masonry with common burnt clay F.P.S. (non


modular) bricks of class designation 7.5 giving ringing
sound when struck together in superstructure above
plinth level up to floor V level.

4.3.1
5

Cement mortar 1:4 (1Portland pozolana


coarse sand)

247

cum

cum

335

cum

cum

554

sqm

sqm

15.00

sqm

sqm

Sub Head: M A R B L E W O R K
Providing and fixing in pattern as per discretion and
decision of Engineer-in-charge 18mm thick gang saw cut
mirror polished (premoulded and prepolished) machine
cut for flooring, kitchen platforms, vanity counters
,window sills , facias and similar locations of required size
of approved shade, colour and texture laid over 20mm
thick base cement mortar 1:4 (1 cement : 4 coarse sand)
with joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including rubbing,
curing, semi circular moulding and machine polishing to
edges to give high gloss finish etc. complete at all levels
and making smooth hole for gas pipe.[Note: In case
the edges of premoulded moulding are not found
rubbed to give high gloss finish (without application
of wax), recovery @ Rs. 250/- per meter length of
moulding edge for granite work and @ Rs. 200/- per
metre for marble work for full length of moulding of
counter/sill/ plateform/ facia etc will be made ].

5.1.1

Granite of Ruby red/ Jet Black colour and shade for


Kitchen counter of qtr, canteen and other similar
locations as per the discretion and decision of Engineer
in charge

5.1.2

metre

cement :4

5.1

5.1.1.1

WORK

Area of slab over 0.50 sqm.


Granite of Silver grey colour and shade for Window
cills of buildings, wash basin counters and similar
other locations as per the discretion and decision of
Engineer in charge

5.1.2.1

Area of slab up to 0.50 sqm.

62

sqm

sqm

5.1.2.2

Area of slab over 0.50 sqm.

12.00

sqm

sqm

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

Page 78

Providing and fixing in pattern as per discretion and


decision of Engineer-in-charge 18mm thick gang saw cut
mirror polished (premoulded and prepolished) machine
cut for wall lining (Veneer work) in dado,skirting,risers of
steps etc. as required in design and pattern wherever
necessary of approved shade, colour and texture laid
over 12mm( average) thick cement mortar 1:3 (1
cement : 3 coarse sand)laid and jointed with cement
slurry @3.30kg/sqm including treating joints with white
cement, mixed with matching pigment, epoxy touch ups,
including rubbing, curing, semi circular moulding and
machine polishing to edges to give high gloss finish etc.
complete at all levels. [Note: In case the edges of
premoulded moulding are not found rubbed to give
high gloss finish (without application of wax),
recovery @ Rs. 250/- per meter length of moulding
edge for granite work and @ Rs. 200/- per metre for
marble work
for full length of moulding of
counter/sill/ plateform/ facia etc will be made ].

5.2

5.2.1

5.2.1.1

Granite of Silver grey colour and shade for lift lobby


wall lining and similar other locations as per the
discretion and decision of Engineer in charge.
Area of slab over 0.50 sqm.

5.3

Extra for fixing marble /granite stone, over and above


corresponding basic item, in facia and drops of width upto
150 mm with epoxy resin based adhesive, including
cleaning etc. complete.

5.4

Extra for providing opening of required size & shape for


wash basin/ kitchen sink in kitchen platform, vanity
counter and similar location in marble/ Granite/ stone
work, including necessary holes for pillar taps etc.
including moulding, rubbing and polishing of cut edges
etc. complete.

5.5

Providing and fixing stone slab with table rubbed, edges


rounded and polished, of size 75x50 cm deep and 1.8 cm
thick, fixed in urinal partitions by cutting a chase of
appropriate width with chase cutter and embedding the
stone in the chase with epoxy grout or with cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate 6 mm nominal size) as per direction of
Engineer-in-charge and finished smooth.

5.5.1

Granite Stone of approved shade

Sub head: W O O D A N D P. V. C.

20

sqm

sqm

20

metre

nos.

each

sqm

sqm

122

sqm

sqm

WORK

6.1

Providing and fixing factory made ISI marked flush door


shutters with width of styles and rails not less than 75mm
of make Green doors ( manufactured by Green Ply
industries)/ Century (manufactured by Century ply)/
Mayur ( manufactured by Mayur ply)/ Kitply shutter
(manufactured by Kitply industries), conforming to IS:
2202 (Part I) non-decorative 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 :

6.1.1

35 mm thick excluding ISI marked Stainless Steel butt


hinges but including fixing with necessary screws.(M.S.
Butt hinges included in item for door frame)

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

Page 79

6.1.2

25 mm thick (for cupboard) including ISI marked nickel


plated bright finished M.S. piano hinges with necessary
screws (Note: The individual panel/ leaf shall be
factory made having styles and rails around)

58

sqm

sqm

6.2

Extra for cutting rebate in flush door shutters (Total area


of the shutter to be measured).

54

sqm

sqm

6.3

Providing and fixing in wall lining flat pressed three layer


(medium density) particle board or graded wood Prelaminated one side decorative lamination and other side
balancing lamination Grade I, Type II, IS : 12823 marked,
including priming coat on unexposed surface, with
necessary fixing arrangement and screws etc. complete :

6.3.1

12 mm thick

70

sqm

sqm

6.4

Providing and fixing aluminium sliding door bolts, ISI


marked anodised (anodic coating not less than grade AC
10 as per IS : 1868), transparent or dyed to required
colour or shade, with nuts and screws etc. complete :

6.4.1

300x16 mm

28

nos.

each

6.5

Providing and fixing bright finished brass 100 mm mortice


latch and lock, ISI marked, with six levers and a pair of
anodised (anodic coating not less than grade AC 10 as
per IS : 1868) aluminium lever handles of approved
quality with necessary screws etc. complete.

no.

each

58

sqm

sqm

6.6

Providing and fixing two panelled wire gauge shutters


using stainless steel grade 304 wire gauge with wire of
dia 0.5 mm and average width of aperture 1.4 mm in both
directions for doors, windows and clerestory windows
with necessary screws :30 mm thick shutters

6.6.1

excluding hingesbut including fixing with necessary


screws.(M.S. Butt hinges included in item for door frame)

6.6.1.1
6.7
6.7.1
6.8

6.8.1
6.9

Second class teak wood


Providing and fixing Nickel plated M.S.Pipe curtain rods
with nickel plated brackets: 25mm dia (Heavy type)
25mm dia (heavy type)

221

meter

5125

kg

kilogram

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 steel windows by welding
Providing and fixing ISI marked oxidised M.S. sliding door
bolts with nuts and screws etc. complete :

6.9.1

300x16 mm

6.10

Providing and fixing aluminium tower bolts, ISI marked,


anodised (anodic coating not less than grade AC 10 as
per IS : 1868 ) transparent or dyed to required colour or
shade, with necessary screws etc. complete :

6.10.1

250x10 mm

6.10.2

150x10 mm

50

nos.

each

154

nos.

each

159

nos.

each

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

Page 80

6.11

6.11.1
6.12

6.12.1

Providing and fixing aluminium handles, ISI marked,


anodised (anodic coating not less than grade AC 10 as
per IS : 1868) transparent or dyed to required colour or
shade, with necessary screws etc. complete :
125 mm

300

nos.

each

25

nos.

each

14

nos.

each

11

nos.

each

78.00

nos.

each

metre

Providing and fixing oxidised M.S. hasp and staple


(safety type) conforming to IS : 363 with necessary
screws etc. complete :
150mm long

6.13

Providing and fixing aluminium extruded section body


tubular type universal hydraulic door closer (having brand
logo with ISI: 3564, embosed on the body, door weight
36 kg to 80 Kg and door width from 701 mm to 1000mm
)
with double speed adjustment with necessary
accessories and stainless screws etc. complete.

6.14

Providing and fixing magic eye in main door shutter of


qtrs

6.15

Providing and fixing aluminium hanging floor door


stopper, ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868) transparent or dyed
to required colour and shade, with necessary screws etc.
complete.

6.15.1
6.16

Twin rubber stopper


Providing and fixing factory made P.V.C. door frame
(Rajshree/ Polyline make) of size 50x47 mm with a wall
thickness of 5 mm, made out of extruded 5mm rigid PVC
foam sheet, mitred at corners and joined with 2 Nos of
150 mm long brackets of 15x15 mm M.S. square tube,
the vertical door frame profiles to be reinforced with
19x19 mm M.S. square tube of 19 gauge, EPDM rubber
gasket weather seal to be provided through out the
frame. The door frame to be fixed to the wall using M.S.
screws of 65/100 mm size, complete as per
manufacturers specification and direction of Engineer- inCharge.

6.17

Providing and fixing factory made panel PVC door shutter


(Rajshree/Polyline make) consisting of frame made out
of M.S. tubes of 19 gauge thickness and size of 19mm x
19mm for styles and 15x15mm for top & bottom rails.
M.S. frame shall have a coat of steel primers of approved
make and manufacture . M.S. frame covered with 5mm
thick heat moulded PVC 'C' channel of size 30mm
thickness,

150

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

Page 81

70mm width out of which 50mm shall be flat and 20mm


shall be tapered in 45degree angle on both side forming
styles; and 5mm thick, 95mm wide PVC sheet out of
which 75mm shall be flat and 20mm shall be tapered in
45 degree on the inner side to form top and bottom rail
and 115mm wide PVC sheet out of which 75mm shall be
flat and 20mm shall be tapered on both sides to form lock
rail. Top, bottom and lock rails shall be provided both side
of the panel. 10mm (5mm x 2 ) thick, 20mm wide cross
PVC sheet be provided as gap insert for top rail & bottom
rail. paneling of 5mm thick both side PVC sheet to be
fitted in the M.S. frame welded/ sealed to the styles &
rails with 7mm (5mm+2mm) thick x 15mm wide PVC
sheet beading on inner side, and joined together with
solvent cement adhesive. An additional 5mm thick PVC
strip of 20mm width is to be stuck on the interior side of
the 'C' Channel using PVC solvent adhesive etc.
complete as per direction of Engineer-in-charge,
manufacturers specification & drawing.
6.17.1
7

30 mm thick plain PVC door shutters


Sub Head: S T E E L W O R K

7.1

Providing and fixing in position collapsible steel shutters


with vertical channels 20x10x2 mm and braced with flat
iron diagonals 20x5 mm size, with top and bottom rail of
T-iron 40x40x6 mm, with 40 mm dia steel pulleys,
complete with bolts, nuts, locking arrangement, stoppers,
handles, including applying a priming coat of approved
steel primer.

7.2

Providing and fixing angle/ T-iron frames for Cup


Board/doors, windows and ventilators of mild steel Teesections, joints mitred and welded, including fixing of
four nos 100x 58 x 1.90 mm black enamelled IS
marked mild steel butt hinges by welding/ screws
for each shutter and applying a priming coat of
approved steel primer.

7.2.1

Fixing with 15x3 mm lugs 10 cm long embedded in


cement concrete block 15x10x10 cm of C.C. 1:3:6 (1
Cement : 3 coarse sand : 6 graded stone aggregate 20
mm nominal size)

7.3

Providing and fixing pressed steel door frames (Multywin


steel door frame or equivalent as approved by the
Engineer-in-charge)
conforming to IS: 4351
manufactured from commercial mild steel sheet of 1.60
mm thickness including 4 nos Stainless Steel butt
hinges of size 125x64x2.50 mm heavy type for each
shutter/ leaf, jamb, lock jamb, bead and if required
angle threshold of mild steel angle of section 50x25mm,
or base ties of 1.60 mm pressed mild steel welded or
rigidly fixed together by mechanical means, including
Stainless steel butt hinges, 2.5mm thick.with mortar
guards, lock strike-plate and shock absorbers/socket for
tower bolts as specified and applying a coat of approved
steel primer after pre-treatment of the surface as directed
by Engineer-in-charge:

7.3.1
7.3.1.1
7.3.2
7.3.2.1

49

sqm

sqm

28

sqm

sqm

1429

kg

kilogram

147

metre

25

metre

Profile B
Fixing with adjustable lugs with split end tail to each jamb
Profile E
Fixing with adjustable lugs with split end tail to each jamb

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

Page 82

7.4

Providing and fixing M.S. fan clamp type I or II of 16 mm


dia M.S. bar, bent to shape with hooked ends in R.C.C.
slabs or beams during laying, including painting the
exposed portion of loop, all as per standard design
complete.

7.5

Steel work welded in built up sections/ framed work,


including cutting, hoisting, fixing in position and applying
a priming coat of approved steel primer using structural
steel, nuts/ bolts etc. as required.

7.5.1

In gratings, frames, guard bar, ladder, railings,


ballustrade, brackets, suspenders, gates , cycle stand
frame and similar works

7.6

7.6.1

7.8

Deduct for providing pin headed glass panes in toilet


instead of ordinary float glass panes 4mm thick in doors,
windows, and clerestory windows shutters ( area of
opening of glass panes excluding portion inside rebate
shall be measured).

8.1.1
8.2

each

4963

kg

kilogram

1200

kg

kilogram

794

kg

kilogram

M.S.Tube (heavy type)


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, Base plate, base cups etc.).

8.1

nos.

Providing and fixing hand rail of approved size by welding


etc. to steel ladder railing, balcony railing, staircase
railing, ramp railing including welding of additional pipe
railing of suitable dia of pipe to main railing for handicap
and similar works, including applying priming coat of steel
primer

7.7

72

20

sqm

sqm

339

sqm

sqm

58

sqm

sqm

Sub Head: F L O O R I N G
Kota stone slab flooring over 20 mm (average) thick base
laid over and jointed with grey cement slurry mixed with
pigment to match the shade of the slab, including
cutting in arc shape as per geometry of wall, rubbing
and polishing complete with base of cement mortar 1 : 4
(1portland pozzolana cement : 4 coarse sand) :
25 mm thick
Kota stone slabs 20 mm thick in risers of steps, skirting,
dado and pillars laid on 12 mm (average) thick cement
mortar 1:3 (1 portland pozzolana cement: 3 coarse sand)
and jointed with grey cement slurry mixed with pigment to
match the shade of the slabs, including rubbing and
polishing complete.

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

Page 83

8.3

8.4

8.4.1

Chequerred precast cement concrete tiles 22mm thick


(make: Eurocon tiles/ Ultra designer tiles) in foot path,
courtyard, ramp, jointed with matching polymer based
cementitious tiling grout recommended by tile
manufacturer including cutting in arc shape as per
geometry of wall,rubbing and cleaning etc. complete on
20mm thick bed of cement mortar 1:4( 1 portland
pozzolana cement: 4 coarse sand)

sqm

sqm

561

sqm

sqm

162

sqm

sqm

255

sqm

sqm

435.00

sqm

sqm

Providing and fixing Ist quality/ premium quality ceramic


glazed wall tiles (of make Kazaria/Somany/ Johnson )
of specified size conforming to IS : 15622 (thickness to
be specified by the manufacturer) of approved make, in
all colours, pattern & shades as per discretion and
decision by Engineer-in-Charge, in skirting, risers of
steps and dados over 12 mm thick bed of cement Mortar
1:3 (1 portland pozzolana cement : 3 coarse sand) and
jointing with grey cement slurry @ 3.3kg per sqm
including pointing with matching grout as recommended
by tile manufacturer.
Size 200 X 300 mm

8.5

Providing and laying Ist quality/premium quality Ceramic


glazed/ anti skid /matt (as per direction of engineer-incharge)floor tiles (for toilets) of size 300x300 mm
(thickness to be specified by the manufacturer)
conforming to IS : 15622 of approved make(Kajaria
/RAK/ Somany/ Johnson / NITCO) in all colours except
White, Ivory, Grey, Fume Red ,Brown, laid on 20 mm
thick Cement Mortar 1:4 (1 portland pozzolana Cement :
4 Coarse sand) including pointing the joints with
matching grout as recommended by the tile
manufacturerand matching pigment etc., complete.

8.6

Providing and laying Ist quality/premium quality rectified


glazed/ anti skid/matt finish ceramic floor tiles of size
400x400mm or more (thickness to be specified by the
manufacturer ) conforming to IS: 15622 of approved
make (Kajaria /RAK/ Somany/ Johnson / NITCO) in all
colours , shades, except White, Ivory, Grey, Fume Red
,Brown, laid on 20 mm thick Cement Mortar 1:4 (1
portland pozzolana Cement : 4 Coarse sand) including
cutting in arc shape as per geometry of wall, pointing
the joints with matching grout as recommended by
the tile manufacturerand matching pigment etc.,
complete.

8.7

Providing and laying double charged homogeneous


vitrified floor tiles in different sizes (thickness to be
specified by the manufacturer) Ist/Premium quality with
water absorption less than 0.08% and conforming to IS :
15622, of approved make (Jhonson Marbonite / NITCO
/ BELL / RAK / Somany / Kajaria) in all colours and
shades as approved by Engineer-in-charge, laid on
20mm thick cement mortar 1:4 (1 portland pozzolana
cement : 4 coarse sand), including cutting in arc shape
as per geometry of wall, grouting the joints with
matching grout as recommended by the tilemanufacturer
and matching pigments etc., complete.

8.7.1

100

Size of Tile 600x600 mm

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

Page 84

8.8

Providing and laying double chargeble homogeneous


vitrified tiles in different sizes (thickness to be specified
by manufacturer), with water absorption less than 0.08 %
and conforming to I.S. 15622, of approved
make,(Jhonson Marbonite / NITCO / BELL / RAK /
Somany / Kajaria) in all colours & shade as approved by
the Engineer-in-charge, in skirting, riser of steps, over 12
mm thick bed of cement mortar 1:3 (1 portland pozzolana
cement: 3 coarse sand), including grouting the joint with
white
cement
&
matching
pigments
etc.
complete.600x600mm.

8.9

Extra for Kota stone in treads of steps & risers using


single length upto 1.50 meter

8.10

Extra for pre finished semicircular nosing (finishing


matching with shade of Kota stone slab) in steps of
Kota stone slab.
Sub Head: R O O F I N G

9
9.1

9.1.1
9.2

9.2.1
9.2.1.1
9.2.2
9.2.2.1
9.3

9.3.1
9.4

9.4.1

51

sqm

sqm

87

sqm

sqm

147

meter

92

metre

44

nos.

each

44

nos.

each

meter

nos.

each

Providing and fixing on wall face unplasticised Rigid PVC


rain water pipes (Prakash/Supreme/Finolex/Kissan
make) conforming to IS : 13592 Type A able to sustain
2
pressure 6.0 Kg/cm , including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for thermal
expansion, (i) Single socketed pipes.
110 mm diameter
Providing and fixing on wall face unplasticised - PVC
moulded fittings/accessories for unplasticised Rigid PVC
rain water pipes (Prakash/Supreme/Finolex/Kissan
make) conforming to IS : 13592 Type A able to sustain
pressure 6.0 Kg/cm2, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for thermal
expansion.
Single pushfit Coupler
110 mm
bend
110 mm bend
Providing and laying under ground unplasticised Rigid
PVC socketed rain water pipes (Prakash Supreme/
Finolex /Kissan make) conforming to IS : 13592 Type A
2
able to sustain pressure 6.0 Kg/cm , including jointing
with PVC solvat cementing agent , for carrying rain water
upto collection sump including trenching and refilling the
earth , (i) Single socketed pipes.
200mm dia

400

Providing and fixing 40mm wide 2.00mm thick GI 'U'


clamp (in single piece/ two piece duly bolted with GI Bolt)
of approved design tightly secured on PVC/CPVC/HDPE
rain water pipes by means of wide headed 5/ 6mm dia &
60mm-75mm long M.S.Batasha nail or mettalic
expansion type dash fastener with washer driven into
holes in brick masonry/ CC/RCC by making hole with
hammer drill machine as per approval and direction of
Engineer-in-charge. The clamp shall be secured tightly
on the pipe so as to support the pipe and not permit
slipping of pipe.
110 mm

60

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

Page 85

9.5

Providing and Fixing 15 mm thick densified tegular edged


eco friendly light weight calcium silicate false ceiling tiles
of approved texture spintone/ cosmos / Hexa or
equivalent of size 595 x 595 mm in true horizontal level,
suspended on inter locking metal grid of hot dipped
galvanised steel sections (galvanising @ 120 grams per
sqm including both side) consisting of main T runner
suitably spaced at joints to get required length and of size
24x38 mm made from 0.33 mm thick (minimum) sheet,
spaced 1200 mm centre to centre, and cross T of size
24x28 mm made out of 0.33 mm (Minimum) sheet, 1200
mm long spaced between mainT at 600 mm centre to
centre to form a grid of 1200x600 mm and secondary
cross T of length 600 mm and size 24 x28 mm made of
0.33 mm thick (Minimum) sheet to be inter locked at
middle of the 1200x 600 mm panel to from grid of size
600x600 mm,
resting on periphery walls /partitions on a Perimeter wall
angle pre-coated steel of size 24x24X3000 mm made of
0.40 mm thick(minimum) sheet with the help of rawl plugs
at 450 mm centre to centre with 25 mm long dry wall
screws @ 230 mm interval and laying 15 mm thick
densified edges calicum silicate ceiling tiles of approved
texture (Spintone /cosmos/hexa) in the grid, including,
cutting/ making opening for services like diffusers, grills,
light fittings, fixtures, smoke detectors etc., wherever
required. Main T runners to be suspended from ceiling
using G.I. slotted cleats of size 25x35x1.6 mm fixed to
ceiling with 12.5 mm dia and 50 mm long dash fasteners,
4 mm G.I. adjustable rods with galvanised steel level
clips of size 85 x 30 x 0.8 mm, spaced at 1200 mm centre
to centre along main T, bottom exposed with 24 mm of
all Tsections shall be pre-painted with polyster baked
paint, for all heights, as per specifications, drawings and
as
directed
by
engineer-in-charge.
Note :- Only calcium silicate false ceiling area will be
measured from wall to wall. No deduction shall be made
for exposed frames/opening (cutouts) having area less
than 0.30 sqm.The calcium silicate ceiling tile shall have
NRC value of 0.50 (Minimum), light reflection > 85%,
noncombustible as per B.S. 476 part IV, 100% humidity
resistance and also having thermal conductivity <0.043
w/m 0 KC.

9.6

Prividing and laying on sloped RCC roof pressed clay


tiles ( as per approved manglore tles pattern 20mm
nominal thickness of approved size) on roofs jointed
with cement mortar 1:4 (1 portland pozzolona cement: 4
coarse sand) mixed with 2% integral water proofing
compound, laid over a bed of 20mm thick cement mortar
1:4 ( 1 cement: 4 coarse sand) and finished neat
complete

10

Sub head: F I N I S H I N G

10.1
10.1.1

12 mm cement plaster of mix :


1:6 (1portland pozzolana cement : 6 fine sand) including
making 8mm wide and 3mmdeep groove at the junction
of Brick/RCC member.[Note: No plaster in addition to
base plaster is to be done below the dado & skirting in
tiles. Qty of plaster in addition to base plaster if done on
the wall surface which is hidden behind the tiles shall not
be measured for payment as the base plaster is included
in the item of dado & skirting].

280

sqm

sqm

865

sqm

sqm

1931

sqm

sqm

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

Page 86

10.2

15 mm cement plaster on the rough side of single or half


brick wall of mix :

10.2.1

1:6 (1 portland pozzolana cement : 6 fine sand) including


making 8mm wide and 3mm deep groove at the junction
of Brick/RCC member.[Note: No plaster in addition to
base plaster is to be done below the dado & skirting in
tiles. Qty of plaster in addition to base plaster if done on
the wall surface which is hidden behind the tiles shall not
be measured for payment as the base plaster is included
in the item of dado & skirting].

10.3

15 mm cement plaster on rough side of single or half


brick wall finished with a floating coat of neat cement of
mix :

10.3.1

1:4 (1 portland pozzolana cement: 4 fine sand)

10.4

12 mm cement plaster finished with a floating coat of neat


cement of mix :1:4 (1 portland pozzolona cement: 4 fine
sand).

10.5

Distempering with 1st quality Acrylic Distemper, having


VOC (Volatile Organic compound) content less than
50gms/ lit, of approved brand and manufacture, i/c
applying additional coats wherever required, to achieve
even shade and colour.

10.5.1
10.6
10.6.1

Two or more coats

New work (three or more coat)


Finishing walls upto all heights with premium acrylic
smooth exterior paint ( Apex ultima advanced anti algal
weather proof emulsion/ Berger weather coat all
guard with silicon additive/ equivalent as per discretion
and decision of the Engineer-in-charge ) in desired
pattern of painting of required shades as per direction of
Engineer-in-charge.

10.7.1

New work (Two or more coats applied @ 1.43 ltr/10 sqm)


over and including priming coat of exterior primer
applied @ 2.20 kg/ 10 sqm).

sqm

95

sqm

sqm

236

sqm

sqm

5210

sqm

sqm

605

sqm

sqm

2503

sqm

sqm

406

sqm

sqm

936

sqm

sqm

Applying priming coat :

10.8.1

With ready mixed pink or Grey primer of approved brand


and manufacture on wood work (hard and soft wood)

10.9

Painting with synthetic enamel paint


having
VOC(Volatile Organic Compound) content less than
150gms per litre of aproved brand and manufacturer,
including applying additional coats whereever required,
to achieve even shade and colour.

10.9.1

sqm

White washing with lime to give an even shade

10.7

10.8

2041

Two or more coats

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

Page 87

10.10

11

Providing and applying white cement based wall putty in


two coats to a thickness of 1.0mm (total thickness of two
coats) over cement plastered wall surface to make it even
and smooth using "JK" wall putty or "Birla" wall care putty
or equivalent all complete (The rate quoted is inclusive of
all operations of removal of dust, dirt and foreign matter
etc., before applying the putty and curing the applied
surface with water for sufficient days after the application
of the putty and preparing the dried surface with fine
emery paper fit to receive the paint) Note:No primer is
to be applied on the surface of the putty. The acrylic
emulsion paint shall be applied directly over the
surface.

11.1

Preparation and consolidation of sub grade with power


road roller of 8 to 12 tonne capacity after excavating
earth to an average of 22.5 cm depth, dressing to camber
and consolidating with road roller including making good
the undulations etc. and re-rolling the sub grade and
disposal of surplus earth with lead upto 50 metres.

11.2

Supplying at site Angle iron post & strut of required size


including bottom to be split and bent at right angle in
opposite direction for 10 cm length and drilling holes upto
10 mm dia. etc. complete.

11.3

5280

sqm

sqm

2175

sqm

sqm

2943

kg

Sub head: R O A D W O R K

kilogram

Providing and laying 60mm thick faciory made cement


concrete interlocking paver block of M -30 grade made by
block making machine with strong vibratory compaction,
of approved s;ze, design & shape, laid in required colour
and pattern over and including 50mm thick compacted
bed of coarse sand, filling the joints with line sand etc. all
complete as per the direction of Engineer-in-charge.

11.4

Providing and laying by vaccum dewatering process


C.C. Pavement of Mix M-25 in panels with ready mixed
concrete from Batching plant. The ready mixed concrete
shall be laid and finished with screed board vibrator,
vaccum dewatering process and finally finished by
floating, brooming with wire brush etc. complete as per
specifications and directions of the Engineer-in-charge.
The cost includes all material, machinery , labour etc.,
involved in the operations but excluding the cost of
panles (The panels of size not greater than 7.5 sqm
shall be made with 6mm thick 150mm wide Nonasbestos fibre cement board as per IS: 14862 to be paid
separately ).[ Note:- Cement content considered in
this item is @ 330 kg/cum. Excess/less cement used
as per design mix is payable/ recoverable separately]

11.5

Providing and fixing in position


Non-asbestos fibre
cement board 6mm thick & 150mm wide as per IS:
14862) in panels for CC pavement

12
12.1

Sub Head: SANITARY INSTALLATIONS


Providing and fixing water closet squatting pan (Indian
type W.C. pan) with 100mm sand cast Iron P or S trap,
10 litre low level white P.V.C. DUAL flushing cistern with
manually controlled device (push lever) conforming to IS :
7231, with all fittings and fixtures complete including
cutting and making good the walls and floors wherever
required :

450

sqm

sqm

259

cum

cum

350

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

meter

Page 88

12.1.1

Ultra White Vitreous china Orissa pattern W.C. pan of


size 580x440 mm with integral type foot rests

12.2

Providing and fixing Ultra white vitreous china pedestal


type water closet (European type W.C. pan) with seat
and lid, 10 litre low level white dual P.V.C. flushing
cistern, including flush pipe, with manually controlled
device (Push lever), conforming to IS : 7231, with all
fittings and fixtures complete including cutting and
making good the walls and floors wherever required :

12.2.1

W.C. pan with ISI marked white solid plastic seat and lid
of same make as of the WC Pan

12.3

Providing and fixing ultra white vitreous china flat back


half stall urinal of Size 580x380x350mm with seperate
urinal push tap /Urinal push cok fixed with each urinal
bowl with standard size C.P. Brass flush pipe, C.P.
brass spreaders with brass unions and clamps ( all in CP
Brass) with waste fittings 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 :

12.3.1

set having Range of four half stall urinal basins with


separate Urinal push tap/ Urinal push cock (Jaquar/
crystal - code 301/ARK
or any equivalent brand
approved by the Engineer in-charge at his discretion )
with auto closing system fixed with each urinal bowl.

12.3.2

set having Range of two half stall urinal basins with


separate Urinal push tap/ Urinal push cock (Jaquar/
crystal - code 301/ARK
or any equivalent brand
approved by the Engineer in-charge at his discretion )
with auto closing system fixed with each urinal bowl.

12.4

Providing and fixing wash basin with C.I. Brackets,


15mm C.P. Brass push type pillar taps having auto
closing system, 32mm C.P. Brass waste of standard
pattern, including painting of fittings and brackets,
cutting and making good the walls wherever
required:

12.4.1

Ultra White viterous china wash basin size 630x450mm


with a pair of 15mm C.P. brass Push type pillar cocks
having auto closing system ( Jaquar code PRS-031/
Crystal / ARK brand or any equivalent brand
approved by the Engineer in-charge at his discretion
) .

12.4.2

Circular/oval shape Ultra White vitrious china wash


basin of size 500x450mm of approved brand and
manufacturer with required C.I. brackets, 15 mm C.P.
brass pillar taps, 32 mm C.P. brass waste of standard
pattern, including painting of fittings and brackets, cutting
and making good the walls wherever require:

12.4.3

Ultra White viterous china wash basin size 550x400 mm


with a pair of 15mm C.P. brass Push type pillar cocks
having auto closing system ( Jaquar code PRS-031/
Crystal / ARK brand or any equivalent brand
approved by the Engineer in-charge at his discretion
) .

nos.

each

13

nos.

each

nos.

each

nos.

each

12

nos.

each

nos.

each

nos.

each

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

Page 89

12.5

12.5.1
12.5.1.1
12.6
12.6.1

Providing and fixing Stainless Steel A ISI 304 (18/8)


kitchen sink ( Jayana/Neelkanth/Cobra/Kingston make)
as per IS : 13983 with C.I. brackets and stainless steel
plug 40 mm, including painting of fittings and brackets,
cutting and making good the walls wherever required :
Kitchen sink with drain board
510x1040 mm bowl depth 250 mm

32 mm dia

12.6.1.2

40mm dia

12.7

Providing and fixing 100 mm SS grating for gully trap.

12.8

Providing and fixing 600x450 mm beveled edge mirror of


superior glass (of approved quality) complete with 6 mm
thick hard board ground fixed to wooden cleats with C.P.
brass screws and washers complete.

12.9

Providing and fixing 600x120x5 mm glass shelf with


edges round off, supported on anodised aluminium angle
frame with C.P. brass brackets and guard rail complete
fixed with 40 mm long screws, rawl plugs etc., complete.

12.10

Providing and fixing soil, waste and vent pipes :

12.11
12.11.1
12.11.1.1

nos.

each

32

nos.

each

nos.

each

31

nos.

each

23

nos.

each

14

nos.

each

metre

Flexible Pipe

12.6.1.1

12.10.1
12.10.1.1

Providing and fixing P.V.C. waste pipe for sink or wash


basin including P.V.C. waste fittings complete.

100 mm dia
Centrifugally cast (spun) iron socket & spigot (S&S) pipe
as per IS: 3989 [Note: All branch connection to the
vertical stack to be in 'Y' junction form with SCI bend
having access door connected to plain single/ double
equal junction of required degree]

137

Providing and fixing collar (in vertical pipe stack )


100 mm
Sand cast iron S&S as per IS - 3989

12.12

Providing and fixing PTMT liquid soap container 109 mm


wide, 125 mm high and 112 mm distance from wall of
standard shape with bracket of the same materials with
snap fittings of approved quality and colour, weighing not
less than 105 gms.

12.13

Providing and fixing PTMT towel rail complete with


brackets fixed to wooden cleats with CP brass screws
with concealed fittings arrangement of approved quality
and colour.

12.13.1

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 gms.

nos.

each

nos.

each

nos.

each

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

Page 90

12.14

Providing and fixing M.S. holder bat clamp [ to be fixed


just below the socket of the pipe] of approved design
to sand cast iron/ cast iron (spun) pipes comprising of
M.S. flat brackets made of 50x5 mm flat of specified
shape, projecting 75 mm outside the wall surface and
fixed on wall with 4nos, 6mm dia expansion hold
fasteners, including drilling necessary holes in brick wall/
CC/ RCC surface and the cost of bolts etc. The pipes
shall be fixed to the already fixed brackets with the help
of 30 mm x1.6 mm galvanised M.S. flats of specified
shape and of total length 420 mm and shall be fixed with
M.S. nuts, bolts, & washers of size 25x6 mm, one bolts
on each side of the pipe.

12.14.1

Total bracket length 580 mm of approved shape and


design (for single 100 mm dia pipe)

12.15

Providing and fixing bend of required degree with access


door, insertion rubber washer 3 mm thick, bolts and nuts
complete.

12.15.1
12.15.1.1
12.16
12.16.1
12.16.1.1
12.17

12.17.1
12.17.1.1

Sand cast iron S&S as per IS - 3989

Sand cast iron S&S as per IS : 3989

12.21

12.21.1
12.21.1.1
12.22

nos.

each

29

nos.

each

15

nos.

each

15

nos.

each

nos.

each

210

nos.

each

31

nos.

each

20

nos.

each

Providing and fixing single equal plain junction of required


degree with access door, insertion rubber washer 3 mm
thick, bolts and nuts complete.
100x100x100 mm
Sand cast iron S&S as per IS - 3989

Providing and fixing terminal guard :

12.20.1

10

100 mm dia

12.19

12.20

each

Providing and fixing plain bend of required degree.

Providing and fixing single equal plain junction of required


degree 100x100x100mm of Sand cast iron S&S as per
IS - 3989

12.19.1.1

nos.

100 mm dia

12.18

12.19.1

40

100 mm
Sand cast iron S&S as per IS - 3989
Providing lead caulked joints to sand
cast
iron/centrifugally cast (spun) iron pipes and fittings of
diameter :
100 mm
Providing and fixing trap of self cleansing design with
screwed down or hinged grating with or without vent arm
complete, including cost of cutting and making good the
walls and floors :
100 mm inlet and 100 mm outlet
Sand cast iron S&S as per IS: 3989
Providing and fixing PTMT towel ring trapezoidal shape
215 mm long, 200 mm wide with minimum distances of
37 mm from wall face with concealed fittings arrangement
of approved quality and colour, weighing not less than 88
gms.

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

Page 91

12.23

12.23.1
12.24

12.24.1
12.24.1.1
12.24.2
12.24.2.1
12.25

13

Providing and laying under floors unplasticised Rigid


PVC water pipes (for connecting
drainage from
Urinals, Wash basins, water trough & Laboratory sink
upto floor trap) conforming to IS : 13592 Type A able to
sustain pressure @ 6 kg /sqcm (i) Single socketed
pipes.
75 mm diameter

80

nos.

metre

13

nos.

each

13

nos.

each

10

nos.

each

Providing and fixing


unplasticised - PVC moulded
fittings/accessories for unplasticised Rigid PVC water
pipes (for connecting PVC drainage pipes from
Urinals, Wash basins, water trough & Laboratory sink
upto floor trap) conforming to IS : 13592 Type A able to
sustain pressure @ 6 kg/sqcm ,.
Bend of required degree
75 mm bend
Single tee without door
75x75x75 mm
Providing & Fixing M.S.Stays and clamps for SCI/
Centrifugally cast (Spun Iron) pipes & fittings of diameter
100mm
Sub Head: WATER SUPPLY
Internal Work- Exposed on wall

13.1

Providing and fixing G.I. pipes complete with G.I. fittings


and clamps, i/c cutting and making good the walls etc.

13.1.1

25 mm dia nominal bore

123

metre

13.1.2

40mm dia nominal bore

66

metre

80

meter

130

meter

13.2

Providing and fixing G.I. Pipe complete with G.I. fittings


and clamps including making good the walls etc.
concealed pipe, including painting with anti-corrosive
bitumastic paint, cutting chases and making good the
wall:

13.2.1

15mm dia nominal bore

13.2.2

20mm dia nominal bore


Providing and fixing G.I. pipes complete with G.I. fittings
including
trenching
and
refilling
etc.
External work

13.3

13.3.1

32 mm dia nominal bore

74

metre

13.3.2

40 mm dia nominal bore

178

metre

13.3.3

80 mm dia nominal bore

150

metre

13

nos.

each

14000

litre

litre

13.4

Providing & fixing PTMT [Prayag make or equivalent as


approved by the Engineer-in-charge] EWC Jet to each
white viterous china padestal type water closet alongwith
1(one) meter long PVC tube, wall holder and all fittings
etc. complete as per the directions of Engineer-in-charge.

13.5

Providing and placing on terrace (at all floor levels)


polyethylene water storage tank, ISI : 12701 marked, with
cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but
without fittings and the base support for tank.

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

Page 92

13.6
13.6.1

Providing and fixing ISI marked gun metal gate valve


with C.I. wheel of approved quality (screwed end) :
25 nominal bore

16

nos.

each

13.6.2

40 mm nominal bore

nos.

each

13.6.3

80 mm nominal bore

nos.

each

47

nos.

each

nos.

each

10

nos.

each

nos.

each

13.7
13.7.1
13.8
13.8.1

Providing and fixing uplasticised PVC connection pipe


with PTMT union :
15mm nominal bore, 45 cm length
Providing and fixing C.P. brass shower rose with 15 or 20
mm inlet :
100 mm diameter

13.9

Constructing masonry Chamber 30x30x50 cm inside, in


brick work in cement mortar 1:4 (1 cement :4 coarse
sand) for stop cock, with C. I. surface box 100x100 x75
mm (inside) with hinged cover fixed in cement concrete
slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), i/c necessary
excavation, foundation concrete 1:5:10 ( 1 cement : 5 fine
sand : 10 graded stone aggregate 40mm nominal size )
and inside plastering with cement mortar 1:3 (1 cement :
3 coarse sand) 12mm thick, finished with a floating coat
of neat cement complete as per standard design :

13.9.1

With common burnt clay F.P.S. (non modular) bricks of


class designation 7.5

13.10

Constructing masonry Chamber 60x60x75 cm, inside in


brick work in cement mortar 1:4 (1 cement : 4 coarse
sand) for fire hydrants, with C.I. surface box 350x350 mm
top and 165 mm deep ( inside) with chained lid and RCC
top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size) , i/c necessary
excavation, foundation concrete 1:5:10 (1 cement : 5 fine
sand:10 graded stone aggregate 40 mm nominal size)
and inside plastering with cement mortar 1:3 (1 cement :
3 coarse sand) 12 mm thick, finished with a floating coat
of neat cement complete as per standard design :

13.10.1

With common burnt clay F.P.S.(non modular) bricks of


class designation 7.5

13.11

Painting G.I. pipes and fittings with two coats of anticorrosive bitumastic paint of approved quality :

13.11.1

32mm diameter pipe

86

metre

13.11.2

40mm diameter pipe

202

metre

13.11.3

80 mm diameter pipe

150

metre

13.12

Providing and filling sand of grading zone V or coarser


grade, allround the G.I. pipes in external work :

13.12.1

32mm diameter pipe

86

metre

13.12.2

40mm diameter pipe

202

metre

13.12.3

80 mm diameter pipe

150

metre

nos.

each

23

nos.

each

13.13

13.13.1
13.14

13.14.1

Making connection of G.I. distribution branch with G.I.


main of following sizes by providing and fixing tee,
including cutting and threading the pipe etc. complete :
50 to 80 mm nominal bore
Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long screws
etc. complete (New work) :
15mm nominal bore

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

Page 93

13.14.2

20mm nominal bore

23

nos.

each

13.14.3

25 mm nominal bore

23

nos.

each

13.14.4

40 mm nominal bore

10

nos.

each

13.15

Painting G.I. pipes and fittings with synthetic enamel


white paint with 2 coats over a ready mixed priming coat,
both of approved quality for new work :

13.15.1

20mm nominal bore

12

meter

13.15.2

25mm nominal bore

87

meter

13.15.3

40mm nominal bore

66

meter

32

nos.

each

13

nos.

each

nos.

each

35

nos.

each

13.16

13.16.1
13.17

13.17.1
13.18
13.18.1
13.19

13.19.1
13.20

Providing and fixing C.P. brass angle valve


(Heavy
type) for wash basin, cistern, urinals and geyser points of
approved quality conforming to IS:8931 a) 15 mm
nominal bore
15mm nominal bore
Providing & fixing C.P.brass angle valve ( heavy type)
with twin outlets (Angle valve & angle valve or angle
valve & bib cock for jet points in EWC of approved
quality confirming to IS:8931.
15mm nominal bore
Providing and fixing C.P. brass bib cock ( heavy type) of
approved quality conforming to IS:8931 :
15mm nominal bore
Providing and fixing C.P. brass long body bib cock (
heavy type) of approved quality conforming to IS:
standards & weighing not less than 690 grams
15mm nominal bore
Providing & fixing Ball Valve (brass) of approved quality,
high or low pressure, with plastic float complete

13.20.1

20mm nominal bore

nos.

each

13.20.2

25mm nominal bore

nos.

each

18

nos.

each

13.21

13.21.1
13.22

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 GI nipple for tank - 20 mm dia

13.22.1

20mm dia

20

nos.

each

13.22.2

25 mm dia

nos.

each

13.22.3

40 mm dia

19

nos.

each

4.00

nos.

each

13.23

14
14.1

14.1.1

Providing and fixing C.P. brass swivel type swan neck


sink cock ( heavy type) for Kitchen sink, of approved
quality conforming to IS standards: 15 mm nominal bore
Sub Head: D R A I N A G E
Providing and fixing square-mouth S.W. gully trap class
SP-1 complete with C.I. grating brick masonry chamber
with water tight C.I. cover with frame of 300 x300 mm
size (inside) the weight of cover to be not less than 4.50
kg and frame to be not less than 2.70 kg as per standard
design :
150 x 100 mm size P type

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

Page 94

14.1.1.1

With common burnt clay F.P.S. (non modular) bricks of


class designation 7.5

14.2

Providing and laying non-pressure NP2 class (light duty)


R.C.C. pipes with collars jointed with stiff mixture of
cement mortar in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc. complete :

20

nos.

each

14.2.1

150 mm dia. R.C.C. pipe

140.00

metre

14.2.2

250 mm dia R.C.C. Pipe

200.00

metre

14.2.3

300 mm dia. R.C.C. pipe

98

metre

25

nos.

each

metre

nos.

each

metre

14.3

Constructing brick masonry manhole in cement mortar


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

14.3.1

Inside size 90x80 cm and 45 cm deep including C.I.


cover with frame (light duty) 455x610 mm internal
dimensions, total weight of cover and frame to be not less
than 38 kg (weight of cover 23 kg and weight of frame 15
kg) :

14.3.1.1

With common burnt clay F.P.S. (non modular) bricks of


class designation 7.5

14.4
14.4.1

Extra for depth for manholes :


Size 90x80 cm

14.4.1.1

With common burnt clay F.P.S. (non modular) bricks of


class designation 7.5

14.5

Making soak pit 2.5 m diameter 3.0 metre deep with 45 x


45 cm dry brick honey comb shaft with bricks and S.W.
drain pipe 100 mm diameter, 1.8 m long complete as per
standard design.

14.5.1

With common burnt clay F.P.S. (non modular) bricks of


class designation 7.5

14.6

Providing and laying unplasticised Rigid PVC pipes


conforming to IS : 13592 Type A able to sustain internal
2
pressure @ 6kg /cm , including jointing with seal ring
conforming to IS : 5382, for connecting gully trap with
Manhole (i) Single socketed pipes.

14.6.1

160mm diameter

28

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

Page 95

14.7

Providing orange colour safety foot rest of minimum 6


mm thick plastic encapsulated as per IS : 10910, on 12
mm dia steel bar conforming to IS:1786, having minimum
cross section as 23 mmx25 mm and over all minimum
length 263 mm and width as 165 mm with minimum 112
mm space between protruded legs having 2 mm tread on
top surface by ribbing or chequering besides necessary
and adequate anchoring projections on tail length on 138
mm as per standard drawing and suitable to with stand
the bend test and chemical resistance test as per
specifications and having manufactures permanent
identification mark to be visible even after fixing, including
fixing in manholes with 30x20x15 cm cement concrete
block 1:3:6 (1 cement : 3 coarse sand : 6 graded stone
aggregate 20 mm nominal size) complete as per design.

15
15.1

Sub head : Aluminium work


Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard
tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia and size,
including necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket/weather silicon sealant over backer
road of approved quality on both faces ( Internal and
external), juction etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-incharge. (Glazing and paneling
to be paid for
separately)
NOTE:- If the gap alround between
backing of aluminium frame and RCC/Brick/stone
work is not found filled up tightly with weather silicon
sealant over backer rod of approved quality, recovery
@ Rs. 200/- per metre length along perimeter on each
face of window not found filled shall be made.

42

15.1.1

nos.

each

For fixed portion

15.1.1.1

Powder coated aluminium (minimum thickness of powder


coating 50 micron)

15.1.2

For shutters of doors, windows & ventilators including


providing and fixing hinges/ pivots and making provision
for fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall
be paid for separately)

15.1.2.1

Powder coated aluminium (minimum thickness of powder


coating 50 micron)

1803

kg

kilogram

1753

kg

kilogram

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

Page 96

15.3

Providing and fixing glazing / wire gauzing (as per arch.


drawing) in aluminium door, window, ventilator shutters
and partitions etc. with EPDM rubber / neoprene gasket
etc. complete as per the architectural drawings and the
directions of engineer-in-charge . (Cost of aluminium
snap beading shall be paid in basic item):

15.3.1

With float glass panes of 4.0 mm thickness

15.3.2

With float glass panes of 6.00 mm thickness

15.3.3

With float glass panes of 8.00 mm thickness

15.3.4

With stainless steel (grade 304) wire gauze of 0.5 mm


dia wire and 1.4 mm aperture on both sides

15.4

Providing and fixing double action hydraulic floor spring


of approved brand and manufacture conforming to IS :
6315, having brand logo embossed on the body / plate
with double spring mechanism and door weight upto 125
kg, for doors, including cost of cutting floors, embedding
in floors as required and making good the same matching
to the existing floor finishing and cover plates with brass
pivot and single piece M.S. sheet outer box with slide
plate etc. complete as per the direction of Engineer-incharge.

15.4.1

With stainless steel cover plate minimum 1.25 mm


thickness

15.5

Providing and fixing stainless steel (SS 304 grade)


adjustable friction windows stays of approved quality with
necessary stainless steel screws etc. to the side hung
windows as per direction of Engineer- in-charge
complete.

15.5.1
15.6

49.00

sqm

sqm

201

sqm

sqm

20.00

sqm

58

sqm

sqm

10

nos.

each

210

nos.

each

105 nos.

each

sqm

205 X 19 mm
Providing and fixing aluminium casement window
fastener of required length for aluminium windows with
necessary screws etc. complete.

15.6.1

Anodized (AC 15) Aluminium

15.7

Providing and fixing aluminium round shape handle of


outer dia 100 mm with SS screws etc. complete as per
direction of Engineer-in-charge

15.7.1

Polyester powder coated minimum thickness 50 micron


aluminium

15.8

Providing and fixing Zinc body powder coated concealed


sliding window latch including brackets and stainless
steel screws, strong and durable with excellent finish (
Star lock brand manufactured by Eagle Star Industries,
Daman or equivalent as approved by the Engineer-incharge)

nos.

each

120

nos.

each

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

Page 97

16
16.1

Sub Head: WATER PROOFING


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 300 mm height
including cleaning the surface before treatment. b) Laying
brick bats with mortar using broken bricks/brick bats 25
mm to 115 mm size with 50% of cement mortar 1:5 (1
cement : 5 coarse sand) admixed with water proofing
compound conforming to IS : 2645 and approved by
Engineer-in-charge over 20 mm thick layer of cement
mortar of mix 1:5 (1 cement :5 coarse sand ) admixed
with water proofing compound conforming to IS : 2645
and approved by Engineer-in-charge to required slope
and treating similarly the adjoining walls upto 300 mm
height including rounding of junctions of walls and slabs
c) After two days of proper curing applying a second coat
of cement slurry using 2.75 kg/ sqm of cement admixed
with water proofing compound conforming to IS : 2645
and approved by Engineer-in-charge. d) Finishing the
surface with 20 mm thick jointless cement mortar of mix
1:4 (1 cement :4 coarse sand) admixed with water
proofing compound conforming to IS : 2645 and
approved by Engineer-in-charge including laying glass
fibre cloth of approved quality in top layer of plaster and
finally finishing the surface with trowel with neat cement
slurry and making pattern of 300x300 mm square 3 mm
deep.
e) The whole terrace so finished shall be flooded with
water for a minimum period of two weeks for curing and
for final test. All above operations to be done in order and
as directed and specified by the Engineer-in-Charge
(NOTE:- This item is to be got done through
specialised agency approved by the Engineer-incharge, supported with gurantee bond against
leakage & seepage from contractor in prescribed
proforma duly approved by Engineer - In - Charge) :

16.1.1

With average thickness of 120 mm and minimum


thickness at khurra as 65 mm.
433

sqm

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

sqm

Page 98

16.2

Providing and laying water proofing treatment in sunken


portion of W.C., Bath room, Toilet, Kitchen,Gutter etc.,
including preparation of surface, treatment and sealing of
all joints, corners, junction pipes and masonry with
polymer mixed slurry complete to make the surface totally
water proof, seepage and leakage free by applying
cement slurry mixed with water proofing cement
compound (trade name tape crete 'P'-151or equivalent of
Pidilite/ Dr.Fixit/ Fosrock) consisting of applying (a) first
layer of slurry of cement @ 0.488kg /sqm mixed with
polymer modified cementation coating (trade name tape
crete 'P'-151 or equivalent of Pidilite/ Dr.Fixit/Fosrock) @
0.253kg/sqm, this layer will be allowed to air cure for 4
hours
(b) second layer of slurry of cement @ 0.242kg/sqm
mixed with polymer modified cementation coating ( trade
name tape crete 'P'-151 or equivalent of Pidilite/ Dr.Fixit /
Fosrock)
@
0.126kg/sqm.
This layer will be allowed to air cure for four hours
followed with water curing for 48 hours. The rate includes
all the operations ,material, labour,
preparation of
surface, treatment and sealing of all joints, corners,
junction of pipes with RCC and masonry with polymer
mixed slurry etc., complete to make the surface totally
water proof, seepage proof and leakage proof in sunken
portions of W.C., Bath room etc.,. (NOTE:- This item is to
be got done through authorized applicator of
manufacturer supported with gurantee bond from
manufacturer and contractor in prescribed proforma
against leakage & seepage and duly approved by
Engineer - In - Charge)

16.3

Providing and Placing in position in RCC walls of Under


ground water sump / RCC Terrace water tank suitable
water stops / PENEBAR (Penetron make) confirming to
IS : 12200 for construction / expansion joints between
two RCC members and fixed to the reinforcement with
binding wire before pouring concrete etc. complete :

16.3.1

Serrated with central bulb (225 mm wide, 8-11 mm thick)

16.4

Extra for providing and applying integral crystalline water


proofing treatment for making absolute water tight and
seepage / leakage free RCCin RCC overhead tank/
terrace tank and underground water sump by mixing with
crytalline admixture ( of PENETRON / XYPAX / Dr. FIXIT
/ KRYTON) @ 0.8% (MINIUM) by weight of cementitious
material or higher as recommended by the manufacturer
in reinforced cement concrete at the time of batching or in
transit mixer at site complete in all respect. Material must
possess a "U-Sign" approval from appropriate authorities,
as per DIN V 18998, with Chloride content less than
0.1%, alkali content less than 9.3% and no corrosion
effect on reinforcement steel as specified in DIN V 18998.
Material should be capable to reduce the permeability of
-13
the concrete by lesser than 5.35x10 cm / sec as per
DIN 1048 after 56 days.

15

sqm

80

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

sqm

metre

Page 99

Contractor shall engage specialized agency approved by


the manufacturer of the water proofing material for
execution of this item having past experience in
commensurate with quantum of item to be decided by
Engineer-in-Charge. Work shall be carried out as per the
manufacturer's specification and approved method of
water proofing accepted by the Engineer-in-Charge.
Work shall be guaranteed for 10 years against any
leakages &seepage . The rate is inclusive of material,
machinery, labour, authorised applicator etc. for carrying
out the job including liability during guarantee period of
10 year as per guarantee bond. (NOTE:- This item is to
be got done through authorized applicator of
manufacturer supported with gurantee bond from
manufacturer and contractor in prescribed proforma
against leakage & seepage and duly approved by
Engineer - In - Charge)

17

50

cum

cum

115

sqm

sqm

525

sqm

sqm

Misc.

17.1

Stitching, assembling and fixing in position vertical


BlindsVISTA/MAC make of approved fabric, Colour and
pattern complete with locking thread, Metal bush, and
removable aluminum pangs and first quality markene
baking. complete as per the direction of Engineer-incharge

17.2

Providing and fixing G I chain link fabric fencing of


required width of mesh size 50x50 mm including
strenghening with 2mm dia wire or nuts, bolts and
washers as required complete as per direction of
Engineer in charge.

17.2.1

Made of G.I. wire of dia 4 mm, PVC coated to achieve


outer dia not less then 5 mm in required colour and
shade
Grand Total

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

Page 100

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

Page 101

PART D

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

Page 102

Name of Work: Construction of Centre for Disability Studies in Aizawl, Mizoram. (SH :- C/o.
Administration / Academic block, Boy's cum Girls hostel (D/S), Dining/Common room and 1
no. Type-IV quarter (S/S) including water supply, sanitary installations, sewerage, drainage,
manual fire alarm system, development and electrical works.

PROFORMA OF SCHEDULES (ELECTRICAL)


SCHEDULE A

Schedule of quantities (as per PWD 3) --- Enclosed from Page No.124 135
(As per part E)
SCHEDULE 'B'

Schedule of materials to be issued to the contractor

Sl.No.

Description of item

Quantity

Rates at which the


material will be charged
to the Contractor

Place of
issue
5

NIL
SCHEDULE 'C'

Sl. No.
1

Tools and plants to be hired to the contractor


Hire charges per day
Description
2
3
NIL

Place of Issue
4

SCHEDULE D

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


a.
b.
c.

General conditions,
Additional Conditions,
List of approved makes

d. Design and scope


e. Inventory& Drawing

SCHEDULE E
Reference to General Conditions of contract
As per part A
SCHEDULE `F:
GENERAL RULES & DIRECTIONS:
Officer Inviting tender :

As per part A

Maximum percentage for quantity of items of work


As per clause 12 below
to be executed beyond which rates are to be
determined in accordance with clauses 12.2 &
12.3.
Definitions :
2 (v)
Executive Engineer (E), SCED, Silchar.
Engineer-in-charge
or
his successor in- charge of work
2(viii) Accepting Authority
As per part A
2 (x)
2 (xi)

Percentage on cost of material and labour


to cover all overheads and profits
Standard Schedule of Rates

15 %
DSR 2014 (Electrical) with correction
slips up to 15.09.2015

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

Page 103

2 (xii)

Department

CPWD

9(ii)

Standard CPWD contract form :

CPWD Form 8 (Publication 2010)as


modified &Corrected up to 15.09.2015
As per part A

Clause 1:
Clause 2:
Authority for fixing compensation under clause 2.

Superintending Engineer ( P CUM ACC),


or
his successor in- charge of work

Clause 2A:
Whether Clause 2A shall be applicable
Clause 5:

As per part A

Number of days from the date of issue of letter of


acceptance for reckoning date of start

As per part A

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


no.

Amount to be
Time allowed
withheld in case of
in days (From
Non-achievement
date of start)
of Mile stone(s)

Description of mile stone (s) (Physical)

As per part A.
Authority to decide:

(ii) Rescheduling of mile stones

As per part A
As per part A

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


handing over of site

As per part A

(i) Extension of time

Clause 6,6 A
6A

Clause applicable (6,or 6A)


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

Rs. 8,00,000=00

Yes, Applicable

Clause 10 A:
List of testing equipments to be provided by the contractor at site:
1.Chase cutting Machine

2.Tong tester

3.Insulation Megger

4.Slide Callipers

5.Earth Megger

6. Crimping tools

7.Screw gauge

8.Vernier Scale

And all equipments reqd. for installation, testing& Commissioning of E&M Services
Clause : 10B(ii)
Whether clause 10B (ii) shall be applicable
Clause 10 C:Component of labour expressed as percent of
value of work

NO
Yes, Applicable
25 % ( Twenty Five percent)

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

Page 104

Clause 10 CA

Not Applicable

Clause 10 CC
Not Applicable
Clause 11:
Specifications to be followed for CPWD specifications Electrical Internal
part I 2013 and External part II 1995
execution of Civil work
with correction slips upto16.09.2015
Clause 12:
Original Work

Type of work
12.2
&
12.3
12.5:

Deviation limit beyond which clause 12.2 &


12.3 shall apply for building work
(i) Deviation Limit beyond which clauses
12.2 & 12.3 shall apply for Electrical
Works.
(ii) Deviation Limit for items in earth work
subhead of DSR or related items

Clause 16:
Competent Authority for deciding reduced rates

30% (thirty percent)


Not Applicable

Superintending Engineer (E), ACEC,


Agartala
or
his successor in- charge of work

Clause19As per part A


Clause25As per part A
Clause36(i):

Minimum
Qualification
of Technical
representative

1.

Graduate
Engineer
Or
Diploma
Engineer

Electrical

Sl.
No

Discipline

Requirement of Technical Representative (s) & recovery Rate:

Designation

Minimum
experience

Two year
Principal Technical
(for
representative(projec
Graduate)
t
Or
planning/Site/billing
5 Years (For
Engineer
Diploma)

Rate at which
recovery shall be
made from the
contractor in the
Nos.
event of not
fulfilling
provisions of
clause 36 (i)
1
Rs.15,000(Fifte
(one) en Thousand)/No.
per month

Assistant Engineers retired from Government services that are holding Diploma will
betreated 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 engineers.
Clause42

Not Applicable.

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

Page 105

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

Page 106

ADDITIONAL CONDITIONS
Sub Head :I to IX - Internal Electrical Installations, Lightning conductors, compound
lighting, water supply pump sets & Service Connection.
1. The work shall be carried out strictly in accordance with the CPWD general specification for
electrical works (part-I 2013 and part-II external 1994, and part-IV Substation as amended up
to date). All installations shall comply with the requirement of Indian electricity rules, 1956 as
amended up to date. In case of items not covered by the above specification, the work shall be
carried out as per the instruction of the Engineer-in-charge. It is mandatory to possess the
electrical license issued by the Govt. of Mizoram before the commencement of the work.
2. Approval of Engineer in charge shall be taken well in advance for all materials to be used in
the work. A list of approved make of materials to be used in the work appended in. The
contractor shall use all the materials within the make list only.
3. The contractor shall make his own arrangement for storage & watch ward of materials at his
own cost till the final handing over the installation to client department.
4. The contractor shall make his own arrangement for all T & P including special T&P.
5. Electrical work shall be progressed by the contractor side by side with the progress of building
work. Laying of conduits for recessed portions shall be in phase to gather with the building
progress so that no hindrance to the progress occurs at any stage. It will be the contractor
responsibility to keep a constant watch on the progress of the building and to co-ordinate laying
of conduits on wall/ceiling.
6. All the Steel conduits for telephone /Fire alarm system etc have to be provided with 16 SWG
steel fish wire and also suitable deep junction boxes shall be provided at a distance of not more
than 10 meters and no extra payment shall be made on this account.
7. Scope of work include providing and fixing copper lugs/ soldering for termination of multi strand
copper wire at switches, DBs and all inter connection. PVC insulated copper conductor cable up
to 6 Sq mm shall be single strand. However multi-strand wire will also be allowed to be used in
the work. In such cases conductor end shall be soldered for connecting with switch / MCB.
8. All repair and patch work shall be neatly carried out to match the original finish and to the entire
satisfaction of Engineer in charge.
9. The electrical work shall be carried out according to the drawing & schedule supplied subject to
change if any made by the Engineer in charge.
10. All the conduit drops shall be laid on walls with rough plaster prior to plastering by the civil
wing. The PVC conduits shall be terminated with suitable PVC glands / reducer.

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

Page 107

11. General Arrangement drawing for IEI with layout and drawing for panel board shall be got
approved from the Engineer in charge. These drawing shall be submitted to division office
within 15 Days after award of work.
12. Panel board shall be powder coated painting employing seven tank process.
13. Socket shall be 3 pin / 6 pin only to be used for the work.
14. Installation of MDB, SDB include making niches in walls and making good the same wherever
required.
15. All the switch boards/ MCB DBs shall be recess mounting.
16. Providing earthing lugs in all the switch board for connecting earth wire are included in the
scope of work.
17. Phenolic laminated sheet shall be at least 3 mm thick with ISI marked.
18. The minimum rupturing capacity of the MCB shall be 10 KA.
19. MCB DB, RCCB and MCB shall be same make. The loose wire box provided for the SDB shall also
be of the same make
20. For MCCBs, It should be ensured that Ics = Icuand that the MCCB shall have the rated rupturing
capacity at 415V.
21. All the control switches for point wiring and plug points shall be of Piano/Modular type switches
3pin 5/15 amps sockets shall also be of the same make type and colour to maintain uniformity
and be got approved by the Engineer-in-charge prior to its installation.
22. Bad-workman ship is liable to be rejected in total.
23. The contractor or his authorized representative will have to sign the site order book and comply
with the remarks therein .
24. All the metal boxes housing control switches, regulators and plug sockets, etc. shall be suitably
earthed and no extra amount is payable on this account.
25. Where ever connectors used should be got approved before use in work. In special cases like
fans and certain type of fittings sufficient length of wires should be left so that the same are
straight away connected to the fans and fittings with out the use of connector in between.
26. The contractor has
prevailing in the area.

to

follow

the

local

security

/safety

rules

and

regulations

27. The entire installation shall be guaranteed for proper operation for a period of 12 months from
the date of taking over. All defects noticed during this period shall be rectified immediately.
28. Only deep junction box shall be used for the recesses wiring system.
29. All MS boxes shall be covered with 3mm thick Phenolic laminated sheet.

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

Page 108

30. On completion of the work the contractor has to submit completion plan in triplicate with a CD
containing drawing. The drawing shall be developed on AutoCAD showing all electrical points
with layout.
31. The contractor shall also supply insulation and earth test reports, before the installations are
handed over to the engineer-in-charge in good condition as required under CPWD specifications,
failing which a recovery will be effected as per Clause 8B of GCC 2014.
32. The scope of work includes obtaining safety certificate from electrical inspectorate for the
electrical installation, if required for which no extra payment will be paid. However statutory
payment will be made by the department.
33. The following are the approved make of materials to be used for the work.
1

PVC insulated copper cond: cable

Finolex /RR Kabel / Havells/ Anchor/ L & T /Polycab/


NICCO ( All wire shall be FRLS with ISI marked ).

Steel Conduit (ISI)

Steel conduit Accessories

Modular type switch, Socket, Box, MK(Blenz)/ Legrand / Arteor)/ L&T(Oris), Siemens
inner & outer plate (ISI)
(Delta Vega) /CRABTREE (PICADILI)

Fan & Exhaust fans

Crompton/ Havells/ Orient/ Khaitan/ Usha

MCB.s

Siemens/ Legrand / L&T/Hager / Schneider/ MK /C&S


/ABB

RCCB

Siemens/ Legrand / L&T/Hager / Schneider / MK / C&S


/ABB

MCB DBs

Siemens/ Legrand / L&T/Hager / Schneider/ MK /C &S


/ABB

MCCBs (1 cu=ics=100%)

Siemens/ L&T/ Schneider /C&S/ ABB/LEGRAND

10

Panel board mounting Switches.

L & T / Siemens / ABB /C &S / Schneider

11

Dis connector switch

L & T / Siemens / ABB/ C & S / Schneider

12

Industrial type sockets

Siemens/ Legrand / L&T/ C & S/Schneider

13

Timer

L&T / GE/ Siemens/Legrand/ C & S/Schneider

14

Contactor

L&T / GE/ Siemens / C & S/Schneider

15

Flouresent: fitting & Lamp

Philips/ Throne / Wipro / Havells

16

Meters ( Digital type )

AE/ L&T/ Conszerv

AKG / BEC / NIC / Vikash


Same as steelconduit.

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

Page 109

17

Led Fitting

Philips/ Wipro /Havells /Crompton

18

Ceiling rose

Anchor / Lisha /Leader ISI marked.

19

GI pipe

Zenith/ Jindal-Hissar/ TATA with ISI mark.

20

Phenolic laminated sheet

Hylam/ Green lam ( minimum 3 mm thick, ISI Marked)

21

Cable glands & lugs

Dowells/ Braco/ Cornet.

22

Telephone DBs

BSNL approved make.

23

PA system

Ahuja/ Philips/Samsung/Panasonic.

24

Capacitors (ISI MARKED)

UNISTAR/ASIAN/Bajaj/L & T./Keltron/Shreem

25

XLPE/ PVC insulated,: PVC Universal / Finolex/ CCI/ Polycab/ Gloster /Havells
sheathed aluminum conductor: ISI marked/RR Kabel /Crystal/
UG cable.

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

Page 110

21. LIST OF APPROVED MAKES


If any make stated in the LIST OF APPROVED MAKES does not comply with the technical
specifications given in the bid then such a make shall not be supplied.
APPROVED MAKES
Name of work :-Construction

of Centre for Disability Studies in Aizawl, Mizoram.


(SH :- C/o. Administration / Academic block, Boy's cum Girls
hostel (D/S), Dining/Common room and, 1 no. Type-IV quarter
(S/S) including water supply, sanitary installations, sewerage,
drainage, manual fire alarm system, development and electrical
works.

Sl.
No.
1
2
3
4
5

ITEM.

APPROVED MAKE
KIRLOSKER/MATHER PLATT/ TEXMO/CE
KIRLOSKER/CROMPTON GREAVES/ TEXMO/CE
KIRLOSKER/ CUMMINS
TATA/JINDAL/ ZENITH
TATA/JINDAL/ ZENITH
AS PER CPWD APPROVED

PUMP
MOTOR
DIESEL ENGINE
M.S.PIPE
G.I.PIPE
ELECTRICAL PANEL/SYSTEM CONTROLLER &
CONTROL CONSOLE

7
8

PIPE SUPPORTS
SLUICE VALVE

HITECH
KALPANA /UPADHAYA / KARTAR / LEADER

GUN METAL VALVE

LEADER / ZOLOTO

10

BUTTERFLY VALVE

INTERVALVE / AUDCO

11

WATER SOLENOID VALVE

HD / SPRAYSAFE

12

CUSHY FOOT MOUNTINGS

DUNLOP

13

PRESSURE SWITCH

WAREE / INDFOS

14
15
16
17

H GURU / FIEBIG
V GUARD
EXIDE/ STANDARD /CUMMINS
HD / SYSTEM SENSOR
WINCO/ NEW AGE / ARIHANT

19

PRESSURE GUAGES
WATER LEVEL CONTROLLER
BATTERIES
FLOW SWITCH
INTERNAL/EXTERNAL HYDRANT(LANDING
VALVE)
HOSE REEL 20 MM DIA

JYOTHI/ PADMINI /POLYHOSE

20

INSTALLATION VALVE

HD / SYSTEM SENSOR

21

FIRE BRIGADE INLET/CONNECTION

WINCO / NEW AGE / ARIHANT

22

RRL HOSE PIPE 63mm. DIA

CRC / PADMINI / NEW AGE

23

GM BRANCH PIPE 63 mm.X 20 mm.DIA

WINCO / NEW AGE / ARIHANT

24

FIRST AID HOSE REEL DRUM

NEW AGE / OMEX / VILAS

25

POWER CABLES

HAVELLS / POLYCAB/ FINOLEX/GLOSTER

26

CONTROL CABLES

HAVELLS/FINOLEX/ L&T / ANCHOR/ STANDARD

27

SINGLE PHASE PREVENTOR

L&T Minilec / H&H

28

SDFU/SFU WITH HRC FUSES

L&T / SIEMENS / SCHNEIDER

29
30

STARTERS/CONTACTOR
FIRE ALARM PANEL

L&T / SIEMENS / SCHNEIDER.


SIEMENS/BOSCH /MINIMAX

18

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

Page 111

1. Only Contractors who are registered in CAT-A for lifts in CPWD shall be engaged for the
installation of elevator.

SH :-X ELEVATOR
COMMERCIAL AND ADDITIONAL CONDITION
1. General
1.1

This specification covers manufacture, testing as may be necessary before dispatch,


delivery at site, all preparatory work, assembly and installation, commissioning putting into
operation of Lifts & Escalators

1.2 Location

1.3

1.4
1.5

The Lifts/Escalators will be installed at NIOH, Mizoram.


The work shall be executed as per CPWD General Specifications for Electrical Works (Part III Lifts & Escalators-2003) as per relevant IS and as per directions of Engineer in Charge.
These additional specifications are to be read in conjunction with above and in case of
variations specifications given in this Additional conditions shall apply. However, nothing
extra shall be paid on account of these Additional specifications & conditions as the same
are to be read along with schedule of quantities for the work.
The tender should in his own interest visit the site and familiarise himself with the site
conditions before tendering.
No T&P shall be issued by the Department and nothing extra shall be paid on account of
this.

2.0 Commercial Conditions


2.1 Type of Contract
The work to be awarded by this tenderer shall be executed through Johnson/Kone/OTIS/
Mitsubisi/ Singdler/

3.0

Terms of Payment:
The following percentage of contract rates for the various items included in the contract shall
be payable against the stage of work shown herein.

3.1

75 % after initial inspection and delivery at site in good condition of pro-rata basis. All
delivered materials at site must covers valid insurance till the equipment is handed over duly
installed, tested and commissioned.

3.2

15% after completion of installation in all respect.

3.3

Balance 10% will be paid after testing, commissioning trial run & handing over to the
department for beneficial use.

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

Page 112

4.
4.1

4.2
4.3

5.0

Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including work
contract taxes), duties and levies and all charges for packing forwarding, insurance, freight
and delivery, installation, testing, commissioning etc. at site i/c temporary constructional
storage, risks, over head charges general liabilities/ obligations and clearance from local
authorities. However, the fee for these inspections shall be borne by the department.
The contractor has to carry out routine & preventive maintenance for 12 months from the
date of handing over. Nothing extra shall be paid.
Octroi in duty shall not be paid separately but octroi exemption certificate can be furnished
by the department on demand. However, the department is not liable to re-imburse the octroi
duty in case exemption certificates are not honored by the concerned authorities.
Completeness of tender:
All sundry equipment, fittings, Unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections, and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the work
shall be deemed to have been included in the tender irrespectively of the fact whether such
items are specifically mentioned in the tender documents or not.

6.0

For item/equipment requiring initial inspection at manufacturer's works the contractor will
intimate the date of testing of equipments at the manufacturer's works before dispatch. The
department also reserves the right to inspect the fabrication job at factory and the successful
tenderer has to make the arrangement for the same. The successful tenderer shall give
sufficient advance notice regarding the dates proposed for such tests/ inspection to the
department's representative(s) to facilities his presence during testing / fabrication. The
Engineer - in - charge at his discretion may witness such testing/fabrication. The cost of the
Engineer s visit to the factory will be borne by the Department. Also equipment may be
inspected at the Manufacturers premises, before despatch to the site by the contractor

7.0

Storage and custody of materials:


The Lift machine room may be used for storage of sundry materials and erection equipments
if available or else the agency has to make his own arrangement. No separate storage
accommodation shall be provided by the department. Watch and word of the stores and their
safe custody shall be the responsibility of the contractor till the final taking over of the
installation by the department.

8.0

Care of Building:
Care shall be taken by the contractor while handling & installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for
repairing all damage and restoring the same to their original finish at his cost. He shall also
remove at his cost all unwanted and waste materials arising out of the installation from the
site of work.

9.0 Completion of period


The completion period indicated in tender documents is for the entire work of planning,
designing, supplying, installation, testing, commissioning and handing over of the entire
system to the satisfaction of the Engineer-in-charge.

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

Page 113

10.0 Performance Guarantee:


The tenderer shall guarantee among other things, the following:
a) Quality, strength and performance of the materials used.
b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
c) Satisfactory operation during the maintenance period.
11.0 Guarantee
11.1

All equipments shall be guarantee for a period of 12 months from the date of taking over the
installation by the department against unsatisfactory performance and/ or break down due to
defective design, workmanship of material. The equipments of 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.

12. Power Supply


Electric Service connection of 415V, 3 phase, 4 wire, 50 HZ AC supply shall be provided by
the Department for testing and commissioning purpose free of cost.
13 Water Supply
Water supply shall be made available by the department at one point.
14 Data Manual and Drawing to be furnished by the tenderers:
14.1

With Tender. The tenderer shall furnish along with the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the offer.

14.2 After Award of work


(i)

15.0

The successful tenderer would be required to submit the following drawings


immediately for approval before commencement of installation.
(a) All general arrangement drawings.
(b) Details of foundation for the equipment, load data, location etc.of various
assembled equipment as may be needed generally by other agencies for purpose
of their work. The data will include breaking load on guides, reaction of buffer on
lift pits, reaction on support point in machine room, lift well etc.
(c) Complete lay out dimension for every unit /group of units with dimension required
for erection purpose
(d) Any other drawing/information not specifically mentioned above but deemed to be
necessary for the job by the contractor.

The successful tenderer should furnish well in advance three copies for detailed instruction
and manual of manufacturers for all items of equipments regarding installation, adjustment
operation and maintenance i/c preventive maintenance & trouble shooting together with all
relevant data sheets, spare parts catalogue and work shop procedure for repairs assembly
and adjustment etc. all in triplicate.

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

Page 114

16.0Extent of work
16.1 The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustment and commissioning as may be
required by the department. The term complete installation shall not only mean 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 lay out
charts whether or not those have been mentioned in details in the tender documents in
connection with this contract.
16.2

Minor building work necessary for installation of equipment, foundation, making of opening
in walls on floors and restoring to their condition, finish and necessary grouting etc. as
required

16.3

The work is turnkey project. Any item required for the completion of the project but left
advertantly shall be executed with-in the quoted rate.

17.0
17.1

Inspection and testing:


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

17.2

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

in-

18.0 Compliance with Regulations and Indian standards


18.1 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:
i) Factories Act.
ii) Indian Electricity Rules.
iii) I.S & BS Standards as applicable.
iv) Workmen's compensation Act.
v) Statutory norms prescribed by local bodies like CEA, NDMC etc.
18.2 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.
18.3 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 for 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.
19.0 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 accuring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the
period of erection, construction and putting into operation, the equipments and ancillary
equipment under the supervision of the successful tenderer in so far as the latter is
responsible. The successful tenderer shall also provide all insurance including third party
insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer due to the above.

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

Page 115

20.0

Erection Tools
No tools and tackles either for unloading or for shifting the equipments for erection purposes
would be made available by the department. The successful tenderer shall make his
ownarrangement for all these facilities.

21.0 Cooperation with other agencies


The successful tenderer shall coordinate with other contractors and agencies engaged in the
construction of building, if any, and exchange freely all technical information so as to make
the execution of this works contract smooth. No, remuneration should be claimed from the
department for such technical cooperation. If any unreasonable hindrance is caused to other
agencies and any completed portion of the work has to be dismantled and re-done for want
of co-operation and coordination by the successful tenderer during the course of work, such
expenditure incurred will be recovered from the successful tenderer if the restoration work to
the original condition or specification of the dismantled portion of the work was not
undertaken by the successful tenderer himself.
22.0 Mobilization Advance
No mobilization advance shall be paid for this work.
23.0 Insurance and Storage.
All consignments are to be duly insured upto the destination from warehouse to warehouse
at the cost of the supplier. The insurance covers shall be valid till the equipment is handed
over duly installed, tested and commissioned.
24.0

Verification of correctness of Equipment at Destination


The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers has been supplied and erected.

25.0

Painting
This shall include cost of painting of entire exposed iron work complete in the installation. All
equipments works shall be painted at the works before despatch to the site.

26.0

Training
The scope of works includes on job technical training of two persons at site. Nothing extra
shall be payable on this account.

27.0

Maintenance

27.1 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.
27.2 The maintenance, routine as well as preventive for one year from the date of taking over the
installation as per manufacturers recommendation shall be carried out and the record of the
same shall have to be maintained.

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

Page 116

28.0

Interpreting Specifications
In interpreting the specifications, the following order of decreasing importance shall be
followed in case of contradictions:
(a) Schedule of quantities
(b) Technical specifications
(c) Drawing (if any)
(d) General Specifications
(e) Relevant IS or other international code in case IS code is not available.

29.0 A separate supplementary agreement shall be made with the successful tenderer for
operation of lift during guarantee period of 1 year. The payment for operation shall be made
quarterly.
Technical parameters required and offered by firms

S.
No.
1
2
3
4
5
6
7(a)
7(b)
8.

Description of Item
Type of Lift
Number of Lifts Required (With
Location)
Load : Number of Passenger.
Rated Speed
Travel in Meters
Numbers of floor served
Inside size of lift well
Pit Depth
Clear Inside of lift car
(Width x Depth x Height)

10. Position of Counter Weight


12(a)
Type of Control
12(b)

Minimum requirement

Offered by the firm.

Passenger Lifts
1 Nos.
884 Kg. (13 Passenger)
1.0 MPS
3.60 mtrs (approx)
G+1 = 2
2500mm x 1900mm
1600 mm
1100 mm x 2000 mm x 2300
mm
Rear of the Car
Microprocessor based AC
Variable Voltage Variable
Frequency
With/without attendant

Type of Operation
12(c)
Potential Free Contacts

13
13(a)
13(b)
13(c)

Car Entrance Door


Number
Size
Type of Door

13(d) Car Open in front only or open


14

Potential Free Contacts for


each floor position and up
down movement of the lift shall
be provided in the controller
which can be used for the BMS
System.
2
900 mm x 2000 mm
Horizontal
Sliding,
Centre
Opening
In front only
As
General
Specification
Power
operated
centre

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

Page 117

Construction Design and finish


of car body work

15
Type of Signal System
15(a)

15(b)

15(c)

15(d)
15(e)

15(f)

opening
horizontal sliding
stainless steel scratch proof
(moon rock finish/honey comb
finish) fire rated doors rated for
minimum 60 minutes.
Monochrome
LCD
digital
display position and travel
direction indicator in the car
integrated with car operating
panels.
Monochrome
LCD
digital
display position indicator and
travel direction indicator at the
all landing to be provided
above the landing doors.
Gongs & visual indication on
all landings for pre-arrival of
the car for two or more cars.
Overload warning audio and
visual indicator inside the car. (
Lift should not start on over
load)
Battery operated alarm bell
and emergency light.
Car Operating Panel with fade
proof luminous button in car
with intercom. Brail push
button system.
Luminous call buttons on all
landing Brail push button
system.

15(g)
15(h)

Fireman Switch at ground floor


Lift fitted with Automatic Recue
Device, Batteries etc. as
required.

15(i)

Lift fitted with melodious music


tune during run of lift car,
announcement of floor arrived,
welcome announcement for
passenger entering lift car etc.
as required.

16
Landing Entrance
16(a) Location of Different landing in
different floors
16(b) Number
16(c) Sizes
16(d)
Type of Door

All doors on the same side.


6
800 mm x 2000 mm
Horizontal
Sliding,
Centre
Opening stainless steel scratch
proof (moon rock finish/honey
comb finish) fire rated doors

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

Page 118

16(e) Lift in Use/Lift out of order sign

17

Electric Supply
Lights & Fans

18
19
20.
21.

Is Neutral wire available for


control circuits
Proposed Date for
Commencement on site
Proposed date for completion
Environmental condition at the
site of installation

22.
Storage space provided

23.

rated for minimum 60 minutes.


The sign Lift Out of Order
displayed bilingual (In Hindi &
English) simultaneously on all
landing in LCD display panel
meant for direction and
position indicator.
Power : 415 Volt 10 % AC, 3
Phase, 50 Hz, 4 Wire System
Light & Fan : 230 Volt 10 %
AC, 1 Phase, 50 Hz
Yes
As mentioned in bid document
As mentioned in bid document
Summer
condition,
winter
condition
and
Monsoon
condition of Silchar, Assam.
Open space in the building
shall be provided. However,
firm is required to make it
lockable.
In the Machine Room.

Location of Controller

TERMS AND CONDITIONS FOR ANNUAL COMPREHENSIVE MAINTENANCE OF LIFTS:1) The works should be carried out as per CPWD specification for electrical works Part-I (Internal2005), Part-II(External-1994), Part-III (Lift-2003) amended up to date.
2) Lifts are to be supervised by competent Engineer having supervisory competence certificate
issued by the competent authority as per the standard scheduled checks & maintenance of
manufacturers.
3) Rates are inclusive of sale tax, excise duty, levy and all other taxes etc. The department will not
entertain any claim whatsoever in this regard later on.
4) Minor breakdown calls are to be attended within 24 hours. Proportionate recovery will be made
from the bill if break down is not attended within 24 Hours.
5) The agency shall engage authorised and trained personnel fully conversant with the job to
attend the site of work and the personnel engaged by the contractor shall be purely his liability
and department in no way shall be responsible for any compensation for any of their acts
/accidents.
6) The contractor shall arrange to render efficient preventive service. Prompt action should be
taken to attend the site in case of any breakdown, reported either by the department or by the
client department. However in case he fails to maintain services to the satisfaction of the
Engineer-in-charge and the department has to incur any expenditure on that account the same,
it will be recovered from the contractor. In case any complain pending because of a reason
beyond control of the contractor, he shall intimate the same to JE(E)/AE(E)/Client Department
immediately.

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

Page 119

7) The contractor or his representative should not remove or disturb or dislocate the existing
equipments unless and until authorized by the Engineer-in-charge. The contractor shall be
responsible for any damage or theft and shall have to make good to its original shape during
maintenance.
8) The personnel attending the site of work should report to the Junior Engineer (E)-in-charge/
Client department during every visit to the site of work.
1.0 GENERAL
SH :-XI DG SET
COMMERCIAL AND ADDITIONAL CONDITION
2.0 GENERAL
The firms engaged for this works shall be registered contractor in appropriate category.
1.1
This specification covers manufacture, testing as may be necessary before dispatch, delivery at
site, all preparatory work, assembly and installation, commissioning, putting into operation of DG
Set at NIOH, Mizoram.
1.2
Location the DG Set will be installed in NIOH, Mizoram
1.3
The work shall be executed as per CPWD General Specifications for Electrical works(Part VII GD
Set-2013) as per relevant IS and as per directions of E-in-C. These additional specifications are to
be read in conjunction with above and in case of variations, specifications given in this additional
conditions shall apply. However, nothing extra shall 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.
1.4
The tenderer should in his/her own interest visit the site and familiarize himself/herself 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.

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

Page 120

COMMERCIAL CONDITIONS
The tenderers are advised preferably not to deviate from the technical specifications/ items,
commercial terms and conditions of NIT like terms of payment, guarantee, arbitration
clause, escalation etc.
Additional Commercial Conditions
1. The Contractor shall engaged the specialized agency with the approval of Chief Engineer
NEZ II, within 90 days from the award of work. If he/she fails to do so than he/she shall
forfeit his/her right to engaged the agency and Executive Engineer( E ) shall engaged the
agency himself and execute the works at the risk and cost of the contractor.
2. If the main contractor fails to make the payment to the associated agency for the specialized
works than Executive Engineer( E ) shall make the payment to the associated agencies on
receipt of the complaint from them, at the agreement rates.
3. Completeness of the tender
All sundries equipment, fittings, assemblies, accessories, hardware items, foundation bolt &
nuts, support, terminal lugs, cable gland, gland plate, junction box, staple items, and others
for proper installation of DG Set and other components of the work shall be deemed to have
been included in the tender.
4. Tender Drawings
The drawings appended with the tender documents are intended to show space allotted for
various equipments. The equipments offered shall be suitable for installation in the spaces
shown in these drawing.
5. Drawing and documents to be furnished on completion of installation.
The contractor shall prepare & submit three sets of following drawing and get them
approved from Engineer in- charge before start of the work. Two set of laminated drawing
shall be submitted by the contractor while handing over the installation to the department.
One set laminated drawing shall be display at DG set Room. Lay out drawing of the
equipment to be installed including control cables, fuel/lube oil pipes and supports/structure
for exhaust piping,
(a) Electrical wiring diagrams from engine-alternator set to electrical control panel, Electrical
control panel to essential LT Board including the sizes and capacity of various
electrical/control cables and equipment, AMF panel given switchgear rating and their
disposition,.
(b) Dimensioned drawings of Acoustic enclosure /engine-Alternator set and Electrical
control panel.
(c) DG Set installation drawing given complete details of the equipments including their
foundations.
(d) Control wiring drawings with all control components and sequence of operation to
explain the operation of control circuits in AMF panel/PCC.
(e) Any other drawings relevant to the work.
(f) Manufacturers technical catalogues of all equipments and accessories.
(g) Operation and maintenance manual of all major equipments, detailing all adjustments,
operation and maintenance procedure.
6. If Clause 5 are not complied with, a sum equal to 2.5% of the value of the work done subject
to the ceiling of Rs.:-50,000/-(Fifty thousand only) shall be recovered from the contractor.

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

Page 121

7. The successful tenderer should furnish well in advance three copies of detailed instructions
and manuals of manufacturers for all items of equipments regarding installation, adjustment
operation and maintenance including preventive maintenance &trouble shooting together
with all relevant data sheets, spare parts catalogue etc. all in triplicate.
8. Storage and custody of materials
The DG Set Room & AMF panel room if available, may be used for storage of materials and
equipments or else the agency has to make his own arrangements. No separate storage
accommodation shall be provided by the department. Watch and ward of the store and their
safe custody shall be the responsibility of the contractor till the final taking over of the
installation by the department.

9. Restriction in work
Some restriction may be imposed by the security staff etc. on the working and/ or movement
of labour, materials etc. The contractor shall be bound to follow all such restriction/
instructions and nothing extra shall be payable on this account. No claim for idle labour shall
be entertained.

10. Natural Calamity


No payment will be made to the contractor for any damage caused by rain, snow fall, flood,
dampness, fire, sun heating or any other natural causes whatsoever during the execution of
work. Then damage to the work due to above reasons, if any, shall have to be made good
by the contractor at his own cost and no claim on this account shall be entertained.

11. Care of Building


Care shall be taken while handling/ installing the equipment, to avoid damage to the
building. He shall be responsible for repairing all damage and restoring the same to their
original finish at his own cost. After installation he shall remove all unwanted and wastage
materials from the site . No claim in this matter shall be entertained.
12. Completion Period
The completion period indicated in the tender documents is for the entire work of planning,
designing, approval od drawing etc. ,arrangement of materials &equipments, delivery at site
including transportation, installation, testing , commissioning and handing over of the entire
system to the satisfaction of the Engineer-in-charge.
13. Guarantee
(a) All equipments shall be guaranteed for a period of 12 months, from the date of taking
over the installation by the department, against unsatisfactory performance and /or break
down due to defective design, workmanship or materials. The equipments or
components or any part thereof , so found defective during the 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 regards shall be final & binding
on the contractor.
(b) The tender shall guarantee among other things, the following.

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

Page 122

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


standard.
2. Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
1. Satisfactory operation during the maintenance period.
14. Maintenance
(a) Sufficient trained and experience staff shall be made available to meet any exigency of
work during the guarantee period of one year from handing over the installation.
(b) The maintenance , routine as well as preventive, for one year from the date of taking
over the installation as per manufacturers recommendation shall be carried out on
quarterly basis.
15. Acceptable makes of Various Equipments
The Acceptable makes of various equipments/ components/ accessories have been
indicated in Acceptable Make list. The tenderer shall work out the cost of the offer on this
basis. Alternate makes are not acceptable.
16. Data Manual and Drawings to be furnished by the Tender
With tender, the tenderer shall furnish along with the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the offer.
17. After award of work
The successful tenderer would be required to submit the following drawings within 15 days
of award of work for approval before commencement of installation.
(a) General arrangement drawing for DG Set in the subs station building.
(b) Details of foundation for equipments.
(c) AMF Panel drawing with complete dimensions.
(d) Any other drawing necessary for the job.
18. The successful tenderer should furnished well in advance three copies of details instruction
and manuals of manufacturers for all items of equipments regarding installation, adjustment,
operation and maintenance including preventive maintenance & trouble shooting together
with all relevant data sheet, spare parts catalogue etc. all in triplicate.
19. Exclusion and work to be by other agencies
The following shall be excluded from the scope of the work
(a) Major dismantling of any existing building work.
(b) Electricity supply in sub station building.

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

Page 123

20. Inspection and testing.


DG Set testing shall necessarily be carried out at factory/ Manufacturer premises in
presence of representative of the department.
(a) All major items/ equipments i.e engine & alternator in assembled condition, associated
electrical control panels etc. The successful tenderer shall give a notice of minimum two
weeks for carrying out such tests. The engineer-in-charge/ or his authorized representative
shall witness such inspection & testing at mutually agreed date. The cost of the
representative visit to the factory will be borne by the department.
(b) The Department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
(c )DG Set will be tested on load of unity power factor for the rated KW rating. During
testing, each of the DG sets covered under scope of work, shall be operated for a period of
12 hours on the rated KW at DG Set KW rating including one hour on 10% overload after
continuous run of the 12 hours. During testing all controls/ operations safeties will be
checked and proper record will be maintained. Any defect/ abnormality noticed during
testing shall be rectified. The testing will be declared successful only when no abnormalities/
failure is noticed during the testing. The DG set will be cleared for dispatch to site only when
the testing is declared successful by authorized representative/ Engineer-in-charge.
(d) Copies of all documents of routine and type test certificates of the equipment, carried out
at the manufactures permises shall be furnished to the Engineer-in-charge and consignee.
(e)After completion of the installation work in all respect, the contractor shall offer the DG set
for testing. Testing shall be carried out exactly as per clause 20 .C
21.

TRIAL RUN/ RUNNING-IN-PERIOD


After successful testing of the DG Set, a trial run at available load will be carried out for 120
hours or 15 Days whichever is earlier. The DG Set will be operated and a log of all relevant
parameter will be maintained during this period. The arrangement of staff for trial run/ running
in period will be made by the successful tenderer. However, diesel shall be provided by the
Department.
The contractor will be free to carry out necessary adjustments. The DG Set will be said to
have successfully completed the trial run, if no break down or abnormal/ unsatisfactory
operation of any component of the entire installation included in the scope of work of the
contact, occurs during this period. After this the DG Set will be made available for beneficial
use.
After the DG Sethas operated without any major break-down/ trouble, it shall be taking over
by the department subject to guarantee clause of the contact.
This date of taking over of the DG Set , after trouble free operation during the trial run/ running
in-period, shall be the date of acceptance/ taking over.

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

Page 124

21.

STATUTORY CLEARANCE(S)
Approval/ clearance of the complete installation shall be obtained by the contractor from
CPCB/ State pollution Control Boards/ Local Bodies/ Central Electricity Authority(CEA)/other
licensing authorities wherever required. However, application shall be made by Department
and any statutory fee, as applicable, shall be paid by Department directly to the govt.
authorized concerned.
(a) Clearance certificate CPCB norms for Noise level.
(b) Clearance certificate CPCB norms for Emission level.
22. Compliance with Regulations and Indian Standards.
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) Workmens compensation Act.
(e) Statutory norms prescribed by the local bodies like CEA, Pollution control boards, etc.
23. Erection tools
No tools and tackles either for unloading or for shifting the equipments for erection purpose
would be made available by the department. The successful tenderer shall made his own
arrangement for all these facilities.
24. Co-operation with other Agencies
The successful tenderer shall co-ordinate with other contractors and agencies engaged in
the construction the building works, if any , and exchange freely all technical information so
as to make the execution of this work/ contact smooth.
25. The work will be carried out with least disturbance during shifting & installation of equipment
including test and trial period in consultation with the client department.
26. Insurance and storage.
All consignments are to be duly reached upto the destination from warehouse/ Factories at
the cost of the contractor. The insurance covers shall be valid till the equipment is handed
over duly installed, tested and commissioned.
27. Training.
The scope of works includes the on job technical traning of two persons of department at
site. Nothing extra shall be payable on this account.
28. Interpreting Specifications
In Interpreting the Specifications, the following order of decreasing importance shall be
followed in case of contradictions.
(a) Schedule of Quantities.
(b) Technical Specifications
(c) Drawing( if any)
(d) General specifications
(e) Relevant BIS or other international coad in case BIS code is not available.

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

Page 125

29. TECHNICAL SPECIFICATION


The work shall be carried out as per CPWD General specifications for DG Set Works, 2013
as amended upto date along with the following changes, CPWD General Specifications for
electrical Works Part:-I, II &IV, as amended upto date, relevant IE rules, and as per
directions of Engineer-in-charge, for electrical panels, CPWD General specifications for
Electrical works Part-IV shall be applied.
30. CABLE (LT )
The design, manufacture and performance of the cable should conform to the latest
applicable standards of Bureau of Indian Standards.
Before supplying the cables, the contractor shall measure the actual length required at site.
The length may vary for the quantity mentioned in B.O.Q.
31. Earthing
All metallic components shall be earthed to a common earthing point. It shall be terminated
by an adequated terminal intended for connection to the earth system of the installation.
32. The quantities given in the schedule are subject to change to suits site conditions.

33. LIST OF APPROVED MAKES


Description of Items

Make

Engine

Kirloskar/Cummins/CG

Alternator

Kirloskar/Cummins/CG

AMF Panel

ABB/C&S/Schnider/L&T(CPRI APPROVED)

Generator Control Panel

ABB/C&S/Schnider/L&T(CPRI APPROVED)

Acoustic Enclosure

Kirloskar/Cummins/CG

Relay

ABB/C&S/Schnider/L&T

Contactor

ABB/C&S/Schnider/L&T

MS Pipe

Bansal/TATA/JINDAL

Anti Vibration Mounting


Batteries

Exide/ Cummins/Amron

Control cable and other cable

Finolex/Gloster/Mescab/RR KABEL/POLYCAB

Power cable

Finolex/Gloster/Mescab/RR KABEL/POLYCAB

ACB

ABB/C&S/Schnider/L&T

Switch Disconnector Fuse Units

ABB/C&S/Schnider/L&T

Ammeter/Voltmeter/P.F Meter

ABB/C&S/Schnider/L&T

Current Transformer

ABB/C&S/Schnider/L&T

Glass wool

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

Page 126

PART E

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

Page 127

SCHEDULE OF WORKS (Electrical)


Name of Work:- Construction of Centre for Disability Studies in Aizawl, Mizoram. (SH :- C/o.
Administration / Academic block, Boy's cum Girls hostel (D/S), Dining/Common room andP 1 no.
Type-IV quarter (S/S) including water supply, sanitary installations, sewerage, drainage, manual fire
alarm system, development and electrical works.
Sl.
No.

1.1

Description

Quantity

Rate

Unit

SH-I (WIRING)
Wiring for light point/ fan point/ exhaust fan point/ call
bell point with 1.5 sq.mm FRLS PVC insulated
copper conductor single core cable in surface /
recessed steel conduit, with modular switch, modular
plate, suitable GI box and earthing the point with 1.5
sq.mm. FRLS PVC insulated copper conductor
single core cable etc. as required.

(a)

Group A

118

Points

Point

(a)

Group B

(b)

Group C
Wiring for light/ power plug with 2X4 sq. mm FRLS
PVC insulated copper conductor single core cable in
surface/ recessed steel conduit along with 1 No 4 sq.
mm FRLS PVC insulated copper conductor single
core cable for loop earthing as required.

41
260

Points
Points

Point
Point

1.2

1.3

1.4

Wiring for light/ power plug with 4X4 sq. mm FRLS


PVC insulated copper conductor single core cable in
surface/ recessed steel conduit along with 2 Nos 4
sq. mm FRLS PVC insulated copper conductor
single core cable for loop earthing as required.

2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire

(d)

2 X 6 sq. mm + 1 X 6 sq. mm earth wire.

(e)

2 X 10 sq. mm + 1 X 10 sq. mm earth wire.

(f)

4 X 6 sqmm + 2 X 6 sqmm earth wire

(g)

4 X 10 sq. mm + 2 X 10 sq. mm earth wire.


Supplying and drawing following pair 0.5 mm dia
FRLS PVC insulated annealed copper conductor,
unarmoured telephone cable in the existing surface/
recessed steel/ PVC conduit as required.
2 Pair
Supplying and fixing of following sizes of steel
conduit along with accessories in surface/recess
including painting in case of surface conduit, or
cutting the wall and making good the same in case
of recessed conduit as required.

(a)

1.6

Mtr.

400 Mtr.

Mtr.

515 Mtr.

Mtr.

350 Mtr.

Mtr.

75 Mtr.

Mtr.

110 Mtr.
60 Mtr.

Mtr.
Mtr.

800 Mtr.

Mtr.

Wiring for circuit/ submain wiring along with earth


wire with the following sizes of FRLS PVC insulated
copper conductor, single core cable in surface/
recessed steel conduit as required.

(a)

1.5

1700 Mtr.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 128

Amount

(a)
1.7

25 mm
Supplying and fixing following sizes/modules, GI box
along with modular base and cover plate for modular
switch in recess etc. as required.

900 Mtr.

Mtr.

(a)
(a)

1 or 2 module
4 module

20 Nos
49 Nos

Each
Each

(b)

12 module
Supplying and fixing following modular type switch/
socket on the existing switch box / cover including
connections etc. as required.

43 Nos

Each

1.8
(a)

5/6 amps switch (For Computer board)

172 Nos

Each

(b)

3 pin 5/6 amp socket outlet (For Computer board)

(c)

Telephone 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 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 FRLSont 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 call bell/ buzzer suitable for
single phase, 230 volts, complete as required.

172 Nos
24 Nos

Each
Each

102

Each

1.9

1.10

1.11

1.12

1.13

1.14

2.1

2.2

Providing and fixing M.V. Danger notice plate of


200mm X 150 mm, made of mild steel,at least 2 mm
thick,and vitreous enameled white on both sides,
and with inscription in single red colour on front side
as required
Numbering of ceiling fan/ exhaust fan/ fluorescent
fittings as required.
SH-II (FANS AND FITTINGS)
Supplying, Installation, testing and commissioning of
pre-wired, 1 x 28 Watt fluorescent fitting complete
with all accessories including electronic ballast and
tube etc. directly on ceiling / wall, including
connection with 1.5 sq. mm FRLS PVC insulated,
copper conductor, single core cable and earthing
etc. as required.

Nos.

49 Nos

Each

60 Nos

Each

9 Nos

Each

5 Nos

Each

334 Nos

Each

224

Nos.

Each

30

Nos.

Each

Supplying, Installation, testing and commissioning of


recss type pre-wired, 4X14 Watt mirror optic T-5
fitting with all fixing accessories and tube etc.
including connection with 1.5 sq. mm FRLS PVC
insulated, copper conductor, single core cable and
earthing etc. as required.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 129

2.3

Supplying, Installation, testing and commissioning of


BEE 5 Star rated 1200mm ceiling fan i/c wiring the
down rod of standard length (upto 30 cm) with 1.50
sq.mm FRLS PVC insulated copper conductor single
core cable including canopies etc. complete as reqd.

2.4

Supplying, Installation, testing and commissioning of


exhaust fan of 900 rpm heavy duty i/c suitable
louver shutter, of following size in the existing
opening including making good the damages,
connections, etc complete as reqd.

(a)

300 mm. sweep

2.5

SITC of fresh air / ventilating fan with plastic body


and of following size in the existing opening i/c
making good the damages, connections etc
complete as reqd.

2.6

2.7

2.8

2.9

2.10

(a) 250 mm sweep. (For places other than kitchen in


Qtrs.)
Supplying and fixing of fancy wall bracket fitting
made of white powder coated CRCA sheet steel /
Poly carbonate/moulded ABS body
along with
BC22 lamp holder, frosted / clear glass globe
suitable for 1x 40 W GLS lamp / 18W CFL retrofit
lamp / 6 watt retrofit LED lamp, along with 6 Watt
retrofit LED lamp including connections with FRLS
PVC insulated copper cable and with all accessories
etc. complete as reqd.

102 Nos

Each

3 Nos.

Each

18 Nos.

Each

83 Nos

Each

28 Nos.

Each

10 Nos.

Each

4 Nos

Each

10 Nos

Each

Supplying and fixing of ceiling mounted decorative


fitting made of white powder coated CRCA sheet
steel / moulded ABS body along with BC22 lamp
holder, frosted / PC / clear glass cover, of size
minimum 275 mm dia. including providing 6 watt
retrofit LED lamp, connections using 1.5 sq. mm. FR
PVC insulated copper conductor single core cable
etc. as required.
Supplying and fixing
deep drawn anodised
aluminum body bulk head fitting with epoxy white
powder coated, heat resistant with Perspex /
prismatic glass cover in the front suitable for 01 No.
CFL / LED type lamp along with 1No. 6W LED and
all accessories etc. complete as reqd.
Supplying Installation Testing and Commissioning of
400mm sweep wall bracket fan suitable for operation
on 230 V, 50 Hz single phase a.c supply including
connections with ISI marked FRLS PVC insulated
single core copper conductor cable etc. complete as
reqd.
Supplying and fixing brass batten/ angle holder
including connection etc. as required.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 130

2.11

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.

19 Nos

Each

1 No
3 No

Each
Each

Each

SH-III - (MCB DB )
3.1

Providing and fixing following capacity TP&N Switch


Disconnector Fuse Unit (SDFU) in sheet steel
enclosure, on surface / in recess with 3 nos ISI
marked HRC fuses of suitable rating, including
drilling holes on the metallic board, connections,
earthing the body etc. complete as required.

3.2
3.3
3.4

63 Amp TP&N
125 Amp TP&N
Providing and fixing following rating and breaking
capacity and pole MCCB in existing cubicle panel
board including drilling holes in cubicle panel,
making connections, etc. as required.

3.4.1

125 Amp, 16KA, FPMCCB

3.5

Supplying and fixing following way,surface/ recess


mounting, vertical type, 415 volts TPN MCB
distribution board of sheet steel dust protected duly
powder pained, in clus complete with tinned copper
bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted inclusive of 200
amps tinned copper bus bar, common neutral link
earth bar, din bar for mounting MCB;s (But without
MCB's and incomer ) as required.

3.6

Supplying and fixing following way, single pole and


neutral, sheet steel, MCB distribution board, 240
volts, on surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including earthing
etc.
complete
as
required.
(But
without
MCB/RCCB/Isolator)

3.6.1
3.6.2
3.7

2+8way/10way, Double Door


2+10way/12way, Double Door

No.

1 No

Each

29 Nos

Each

3 Nos

Each

5 Nos

Each

1 No

Each

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)

3.7.1

4 way (4 + 12), Double door

3.7.2

8 way (4 + 24), Double door

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 131

3.8

Supplying and fixing 5 amps to 32 amps 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.

3.8.1

Single pole

3.8.2

Single pole and neutral

3.9

3.9.1

332 Nos

Each

64 Nos

Each

6 Nos

Each

8 Sets

Set

Set

Set

Set

Set

20 Mtr.

Mtr.

20 Mtr.

Mtr.

40 Mtr.

Mtr.

30

Mtr.

Supplying and fixing following rating, four pole, 415


volts, isolator in the existing MCB DB complete with
connections, testing and commissioning etc. as
required.
63 amps
SH-IV (EARTHING)

4.1

Earthing with G.I. earth pipe 4.5 metre long, 40 mm


dia including accessories, and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc. with charcoal/
coke and salt as required.(School Building-2nos, TYII&III Block-2nos, TY-V-2 nos. Compound Light-2
nos.)

4.2

Earthing with G.I. earth plate 600 mm X 600 mm X 6


mm thick including accessories, and providing
masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long
etc. with charcoal/ coke and salt as required.

4.3

Earthing with copper earth plate 600 mm X 600 mm


X 3 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.

4.4

4.5

4.6
4.7

Providing and fixing 25 mm X 5 mm G.I. strip in 40


mm dia G.I. pipe FRLSom earth electrode including
connection with G.I. nut, bolt, spring, washer
excavation and re-filling etc. as required.
Providing and fixing 25 mm X 5 mm copper strip in
40 mm dia G.I. pipe FRLSom earth electrode
including connection with G.I. nut, bolt, spring,
washer excavation and re-filling etc. as required.
Providing and fixing 25 mm X 5 mm G.I. strip on
surface or in recess for connections etc. as required.
Providing and fixing 25 mm X 5 mm G.I. strip on
surface or in recess for connections etc. as required.
Mtr.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 132

5.1

SH-V- (LIGHTNING CONDUCTOR)


Providing and fixing of lightning conductor finial,
made of 25 mm dia 300 mm long, G.I. tube, having
single prong at top, with 85 mm dia 6 mm thick G.I.
base plate including holes etc. complete as required.

5.2

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


tape, base of the finial or any other metallic object)
by riveting / nut bolting/ sweating and soldering etc
as required.

5.3

Providing and fixing G.I. tape 20 mm X 3 mm thick


on parapet or surface of wall for lightning conductor
complete as required. (For horizontal run)

5.4

Providing and fixing G.I. tape 20 mm X 3 mm thick


on parapet or surface of wall for lightning conductor
complete as required. (For vertical run)

5.5

5.6

6.1

Providing and fixing testing joint, made of 20 mm X 3


mm thick G.I. strip, 125 mm long, with 4 nos. of G.I.
bolts, nuts, chuck nuts and spring washers etc.
complete as required.
Providing and laying G.I. tape 32 mm X 6 mm from
earth electrode directly in ground as required.

4 Nos

Each

80 Nos.

Each

400 Mtr.

Mtr.

24 Mtr.

Mtr.

4 Nos.

Each

32 Mtr.

Mtr.

150 Mtr.

Mtr.

120 Mtr.

Mtr.

30 Mtr.

Mtr.

20 Mtr.

Mtr.

20 Mtr.

Mtr.

10 Mtr.

Mtr.

SH-VI (SERVICE CONNECTION)


Supplying and Laying of following size ISI marked
XLPE insulated PVC sheathed armoured power
cable of 1.1 KV grade of following size direct in
ground including excavation, sand cushioning,
protective covering and refilling the trench etc as
required.
(a) 3.5X35 sq mm Size XLPE 1.1 KV grade
(b)3.5X120 sq mm Size XLPE 1.1 KV grade (For
Main Incoming)

6.2

Supplying and Laying of following size ISI marked


XLPE insulated PVC sheathed / armoured power
cable of 1.1 KV grade in the existing RCC/ HUME/
METAL pipe as required.
(a) 3.5X35 sq mm Size XLPE1.1 KV grade
(b) 3.5X120 sq mm Size XLPE 1.1 KV grade (For
Main Incoming)

6.3

Supplying and Fixing of following sizes ISI marked


one number PVC insulated and PVC sheathed /
XLPE armoured power cable of 1.1 KV grade in
Masonary duct etc. as reqd.
(a) 3.5X35 sq mm Size XLPE 1.1 KV grade.
(b) 3.5X120 sq mm Size XLPE 1.1 KV grade (For
Main Incoming)

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 133

6.4

6.5

7.1

7.2

7.3

7.4

Supplying and making end termination with brass


compression gland and aluminium lugs for following
sizes of
PVC insulated PVC sheathed/XLPE
aluminium conductor cable of 1.1KV grade as reqd.
(a) 3 X 35 sq. mm (32mm)
(b) 3 X 120 sq. mm (45mm)
Providing, laying and fixing following dia RCC pipe
NP2 class (light duty) in ground complete with RCC
collars, jointing with cement mortar 1:2 (1 cement : 2
fine sand) including trenching (75 cm deep) and
refilling etc as required.

Nos.
Nos.

Each
Each

20 Mtr.

Mtr.

28 nos.

Each

SH-VII- (COMPOUND LIGHT)


Supplying, Installation, testing and commissioning of
OCTAGONAL POLE of Model no. having height 4
meter, top dia 70 mm, bottom dia 130mm sheet
thickness 3mm having base plate dimension
200x200x12mm bolt size 4x16mm dia etc. including
wiring with 3x1.5 sqm pvc insulated FRLS copper
wire complete as reqd.
Excavation for foundation in soft soil 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 metres.

cum

cum

4.5

cum

cum

Providing and laying in position cement concrete


1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) in foundation of
pump, DG set, Street Light pole etc including form
work etc. as required. (0.4x0.4x1)
Supplying and embedding following dia G.I. pipe
(medium class) in pole collar/ foundation (during
casting) for cable entry including bending the pipe to
the required shape complete as required.
(a) 40 mm dia

7.5

8
4

28 Mtr.

Mtr.

450 Mtr.
60 Mtr.
20 Mtr.

Mtr.
Mtr.
Mtr.

Supplying & laying of XLPE insulated PVC sheathed


heavy duty power cable for working voltage upto &
i/c 1100 volts with AL. conductor armoured cable of
size 3 x 10.00 sqmm of following mode of laying
conforming to IS: 1554 ( Part-I) /IS: 7098 ( Part-I )
with latest amendment ISI marked etc. complete as
reqd.
a) Direct in ground i/c excavation and refilling the
trench
etc.
as
reqd.
including
sand
cushioning,protective covering
b) in pipe
c) in the Duct,loop & connection as reqd.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 134

7.6

Supplying ,installation ,testing ,commissioning of 25


watt LED Street light
luminaries
including
connections with 16/0.02 mm twin core pvc insulated
weather proof copper wire from connector box to
fittings complete etc. as reqd.

7.7

Supplying and fixing of Single arm bracket of 0.5


meter long for pole having 70mm top (Factory
fabricated) for mounting of LED Fittings complete as
reqd. (Make:-Bajaj/ Similar)

7.8

Supplying and fixing of Double arm bracket of 0.5


meter long for pole having 70mm top (Factory
fabricated) for mounting of LED Fittings complete as
reqd. (Make:-Bajaj/ Similar)

7.9

Supplying, installation, testing and commissioning of


Astronomical time switch of following configuration to
be mounted in feeder pillars / Lighting DBs for
automatic switching On & OFF of street lights at sun
set & sun rise or twilight (Auto ON, Auto OFF, Auto
modes) with manual override facility with 12/24 hour
display format with suitable battery and indication for
relay status i/c programming at site complete as
required.

31 Nos

Each

25 Nos

Each

3 Nos

Each

(a) 3 output(1output per phase) and suitable for


three phase supply
1
7.10

Supplying,Installation, testing and commissioning of


Solar PV stand alone Street Lighting System
comprising of two 37Wp/one 74Wp SPV module,one
12V,75Ah Tubular Plate Lead Acid Battery/GEL
Battery,one luminary with-inbuild inverter,dusk to
dawn circuit for automatic switching on and off at
dusk to dawn and 10/11 W LED Lamp,Pole,one
charge regulator,module mounting structure,pole
mounted battery box,cables and other fittings along
with 5(five) years guarantee/warrantee period of the
supplied Luminary,battery charge controller and 10
years guarantee on SPV module. A sum @10% shall
be with held against this item and will be released
after completion of 5 year of guarantee period.

No.

Each

10 Nos.

Each

2 Sets

Set

SH-VIII (FIRE ALARM SYSTEM)


8.1
Supply and installation of 2 zone conventional wall /
floor mounting front openable micro processor
controlled main control and indicating panel with
lockable from door for Audio visual indication of Fire
/ Fault in section, panel sounder silencing and other
switches with LED cum digital display in built Battery
charging unit i/c testing & commissioning as reqd.

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 135

8.2

8.3

9.1

9.2

Supply, installation, testing & commissioning of


break glass type manual call point with reset key.
The manual call point should be wall mounted type.
Supply, Installation, Testing & Commissioning of
Hooter Cum Strobe. The Hooter Cum Store should
be wall mounted / celling mounted type. The Hooter
cum strobe should have at multi tone facility not less
then 3 tones with minimum 3 selectable sound
pressure level (SPL).

10 Nos.

Each

10 Nos.

Each

SH-IX- (MOTOR PUMPING SET)


Supplying, Lowering, Testing and Commissioning of
following capacity Open well Submersible Motor
pumping set in the existing Sump with accessories
complete as required as per details below: (50x38)
Working liquid: Clear water.
Total head :30 meters.
Discharge :200 LPM
Method of starting: D.O.L. starter.
Make: KSB/Calama/Kirlosker/Lubi
Supplying, Lowering, Testing and commissioning of
submersible motor pumping set in the existing 200
mm dia bore well with accessories and 6mm thick
MS plate well cover of suitable size, Holding clamp-2
nos of size 50mmx6mm complete as required as
per details below: -

2 Jobs

Job

1 Job

Job

50 Mtrs.

Mtr.

4 Nos.

Each

3 Nos.

Each

250 Mtrs.

Mtr.

Working liquid: Clear water.


Total head : 90 meters.
Discharge range: 120 LPM
Suitable for above pump 3 Phase 415 V.
Method of starting: D.O.L. starter.
Make: KSB/Calama/Kirlosker./Lubi
9.3

9.4

9.5

9.6

Supplying of following size uPVC submerssible


column pipes(Medium Class) wall thickness 4.8 mm
with socket, tees bend etc. including fixing with
submersible pump and lowering with the pump in the
well as required.
(a) 38 mm dia, OD 48.26mm, wall thickness 4.8 mm
Supplying and fixing of following sizes GM gate
valve ISI marked in the suction/ delivery line etc. as
required.
(a) 40 mm dia
Supplying and fixing of following sizes GM non
return valve ISI mark in the suction/ delivery line etc.
as required.
(a) 40 mm dia
Supplying and laying of following size ISI marked
copper conductor submersible cable ic jointing etc.
as required.
(a) 3 core X 2.5 sq. mm

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 136

9.7

Supplying and fixing of 6 mm diameter stainless


steel wire rope along with accessories for holding
submersible pump set as required.

9.8

Supplying, installation, Testing &Commissioning of


factory make compact submersible pump starter unit
with suitable capacity MCB and DOL starter, Single
phase preventer ammeter, voltmeter with selector
switch fitted in powder coated enclosure, including
connection, complete as reqd.

9.8.1

Relay range 4.0-6.0 Amps (Make:L&T/BCH/C&S


Similar to Cat No.BE1-SPSDDX204310 Delux
Model)
Relay range 7.0-10.0 Amps (Make:L&T/BCH/C&S
Similar to Cat No.BE1-SPSDDX204314 Delux
Model)

9.8.2

10.1

100 Mtrs.

Mtr.

2 Sets

Set

1 Set

Set

1 Job

Job

SUB HEAD- X- (Passenger Lifts)


Supplying Installation, Testing & Commissioning of
13 passenger 884 Kg Gearless passenger lifts
having contract speed of 1.0 MPS in the existing lift
shaft (2500mm x 1900mm) as per detailed
specifications enclosed and as under:Location of lifts : NIOH Mizoram
Speed :
1.0 MPS
Floors : GF + 01 floor
Travel :
3.30 Meters (approx)
Stops & opening : 02 Nos
Controller: A.C. variable voltage & variable
frequency.
Automatic rescue device complete with dry
maintenance free batteries as required.
Operation : Microprocessor based with/without
attendant
Power : 415 V( +10%/-), 3 phase, 50 Hz, 4 wires
system.
Type of doors:
Car : Power operated centre opening horizontal
sliding stainless steel scratch proof (Moon rock
finish)
Landing door : SS Scratch proof (Moon rock
finished).
A hand rail not less than 600mm long at 900 mm
above floor level to be fixed adjacent to control panel
in the lift car.
Voice announcement system in the car to announce
the position of the elevator in the hoist way as the
car passes or stops at a floors.
All the button should have brail symbols.
Comprehensive maintenance of lift for a period of
one year after completion of work during the defect
liability period .

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 137

10.2

11.1

Operation of lift during defect liability period of


one year after completion of work in one shift
including sundays and holidays. A supplementary
agreement will be drawn for operation of lift after
completion of work.
SH-XI- DG Set
Supply, Installation, testing and commissioning of
silent type DG Set 63 KVA /50.4 KW (at 0.8 PF )
radiator air cooled 415 Volt 3 Phase 4 wire with
acoustic weather proof enclosure as per CPCB
norms etc. complete including comprehensive
maintenance for a period of one year during defect
liability period after completion of work, comprising
the following :(a)ENGINE: Diesel engine developing suitable BHP
at 1500 RPM turbo charged radiator cooled engine
inclusive of the following standard accessories:-

12 months

month

(i) Radiator /radiator fan


(ii) Spider coupling guard
(iii) Fly wheel
(iv) Fly wheel housing complete with starter gear
ring and coupling
(v) Fuel pipes
(vi) Air cleaner
(vii) Fuel and Lub oil filter
(ix) Coolant inhibitor
(x) Fuel pump
(xi) water pump
(xii) Lub oil pump
(xiii) Electric starter 12 Volt DC
(xiv) Battery charging generator (DC Alternator)
(xv) Industrial Silencer
(xvi) Lub oil cooler
(xvii) Flexible pipe for silencer
(xviii) DC Volt meter
(xix) Water temperature guage, Lub oil pressure
guage
(xx) Speedo meter and engine running hours meter
(xxi) Display for fault
(xxii) Suitable size of turbo charger and suitable PCC
foundation as per manufacturer recommendations
and as directed by Engineer-in-charge.
(xxiii) Acoustic enclosure as per CPCB approved.
(b)ALTERNATOR: Synchronous alternator 3 phase
4 wire 50 cycles/second 1500 RPM self excited type
0.8 PF, 415 volts AC supply, 63 KVA capacity
copper wound conforming to IS-4722 complete
mounted on strong rigid steel fabricated base frame
and directly coupled through flexible coupling with
diesel engine
( c)AMF PANNEL:

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 138

Supply and fixing Automatic main failure factory


made control panel as per manufacturers
specification suitable for DG set cap 63 KVA grouted
in floor, PCC
Foundation including following
accessories
(i) 4P Power contactor 200 Amps AC1 duty -02 Nos
(ii) Auxilary Contactor ,230 Volts AC =02 Nos
(iii) Auxilary Contactor relay with timer,
(iv) DG selector switch Sw 2P-ON/OF -01 Nos
(v) Aux relay-01 Nos
(vi)indicating light -03 Nos
(vii)3 phase Voltage monitoring relay, 2C/O, 415 Volt AC

(VIII)6A SP MCB, 10 KA -05 nos


(ix)16 A DP MCB ,10 KA -01 Nos
(x)on delay timer coil Voltage 230 Volt s AC 0-180
Sec, electronic -01 No.
(xi)Auto manual selector switch 3 P,2 W,6 amp -01 No.

(xii)push button (red ) ,1 NC -02 Nos


(xiii)push button (green ) ,1 NC -02 Nos
(xiv) Auto matic battery charger ,I/P-230 V AC,0/P12 V DC, 10 Amps Electric starter 12 Volt DC-01
NOS
(XV)Terminal-01 set
(d) Fuel tank 120 litter.
( e) Base frame made out of suitable channel with
adequate Number of anti vibration pads to insure
minimum
vibration
as
recommended
by
manufacture.

11.2

11.3

Operation of DG Set and water supply pump set


during
defect liability period of one year after
completion of work in one shift including sundays
and holidays. (fuel and oil will be supplied by client
department) A supplementary agreement will be
drawn for operation of DG set after completion of
work.
Providing and fixing the following complete as
required
Providing and laying insulating rubber mat size 910
mm wide x 2000 mm long (non-skid type) 11 KV 50
mm thick - 3 nos.
Shock treatment chart duly framed ( Bilingual Hindi/
English(Size 600mm x 1000mm ) 1 no.
Tool Kit Box - 1 No.
Key board - 1 No.
First Aid Box - 1 set (with Medicine)
fire sand buckets - 4 nos. with stand
Pair of insulation rubber Gloves for HV - 02 pair
Set of earthing rods
Co2 Fire extinguisher 4.5 KG - 02 Nos
5 KG Dry chemical Powder fire extinguisher-02 Nos
1
Grand Total

1 Job

12 month

set

Job

month

set

Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P-II) EE(P-I) AE(E) EE(P-E) Page 139

You might also like