3 NITpage1

148
1 INDEX Name of work: Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF) along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border (IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP). SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9) Pharasdngi i/c Internal Electrical Installation i/c Compound Light & service connection to Building. Time: 12 Months Page No. From To 1. Index……………………………………………………………………………........ 01 01 2. Part-A 02 02 3. Press Notice...................................................................................................... 03 03 4. CPWD-6 for e Tendering ………………………………………………………...... 04 10 5. Percentage Rate Tender & Contract for Works CPWD-7…………………........ 11 13 6. Proforma of Schedules (A to F) ………………………………………………… 14 22 7. Form of performance security........................................................................... 23 24 8. Fly Leafs & Correction slip to GCC 2014 ......................................................... 25 32 Part-B 33 33 9. Special Conditions ..……………………………………………………………....... 34 49 10. II- Quality Assurance, Quality Audit & Inspection ……………………………..... 50 52 11. Particular Specifications ………………………………………………………....... 53 78 12. Guarantee Bond for specialized works.............................................................. 79 86 13. List of field testing equipment & instruments for field laboratories.................... 87 94 14. Schedule of quantities for civil work.................................................................. 95 110 Part-C 111 111 15. Proforma of Schedules (A to F) ………………………………………………… 112 120 16. Terms and conditions for the electrical work................................................... 121 124 17. List of Drawing (Electrical)................................................................................... 125 137 18. Schedule of work for electrical portion............................................................. 138 147 19. Proforma for filling percentage rate by tenderer ............................................... 148 148 Assistant Engineer (P) Executive Engineer (P) Superintending Engineer(P&A) O/o SE(P), IBBZ-I, CPWD O/o SE(P), IBBZ-I, CPWD IBB Zone-I, CPWD Matigara, Siliguri Matigara, Siliguri Matigara, Siliguri This Financial bid document is approved for Rs. 526149700/- (Rupees fifty two crore sixty one lakh forty nine thousand seven hundred only) Chief Engineer IBB Zone-I, CPWD, Matigara, Siliguri

description

tendr

Transcript of 3 NITpage1

Page 1: 3 NITpage1

1

INDEX

Name of work: Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF)

along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border (IPB),

SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP).

SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal

(4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)

Pharasdngi i/c Internal Electrical Installation i/c Compound Light & service

connection to Building. Time: 12 Months Page No.

From To

1. Index……………………………………………………………………………........ 01 01

2. Part-A 02 02 3. Press Notice...................................................................................................... 03 03 4. CPWD-6 for e Tendering ………………………………………………………...... 04 10 5. Percentage Rate Tender & Contract for Works CPWD-7…………………........ 11 13 6. Proforma of Schedules (A to F) ………………………………………………… 14 22

7. Form of performance security........................................................................... 23 24 8. Fly Leafs & Correction slip to GCC 2014 ......................................................... 25 32

Part-B 33 33 9. Special Conditions ..……………………………………………………………....... 34 49

10. II- Quality Assurance, Quality Audit & Inspection ……………………………..... 50 52 11. Particular Specifications ………………………………………………………....... 53 78 12. Guarantee Bond for specialized works.............................................................. 79 86 13. List of field testing equipment & instruments for field laboratories.................... 87 94 14. Schedule of quantities for civil work.................................................................. 95 110

Part-C 111 111 15. Proforma of Schedules (A to F) ………………………………………………… 112 120 16. Terms and conditions for the electrical work................................................... 121 124 17. List of Drawing (Electrical)................................................................................... 125 137 18. Schedule of work for electrical portion............................................................. 138 147 19. Proforma for filling percentage rate by tenderer ............................................... 148 148

Assistant Engineer (P) Executive Engineer (P) Superintending Engineer(P&A)

O/o SE(P), IBBZ-I, CPWD O/o SE(P), IBBZ-I, CPWD IBB Zone-I, CPWD Matigara, Siliguri Matigara, Siliguri Matigara, Siliguri

This Financial bid document is approved for Rs. 526149700/- (Rupees fifty two crore sixty

one lakh forty nine thousand seven hundred only)

Chief Engineer

IBB Zone-I, CPWD, Matigara, Siliguri

Page 2: 3 NITpage1

2

Part-A (Civil work)

Page 3: 3 NITpage1

3

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING e-TENDER

The Executive Engineer, Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur on behalf of the President of India invites online percentage rate composite tenders in two bid system for the following work :-

NIT No : 22 /NIT/CE/IBBZ-I/2015-16. Name of Work: Construction of 509 Border Out Post (BOPs) for Border Security Force

(BSF) along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border (IPB), SH:

Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP). SW: Constriction of

9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4) Kakot (5) Purangaon (6) Bmoor

(7) Mannagar (8) Pariyal & (9) Pharasdngi i/c Internal Electrical Installation i/c Compound

Light & service connection to Building. Estimated Cost : Rs. 526149700/- (Civil Work :

Rs. 502311495/- and Electrical Work : Rs. 23838205/-) Earnest Money : Rs. 6261497/-

Period of Completion : 12 Months. Last date and time of submission of bid

05.10.2015 upto 03:00 PM.

The bid forms and other details can be obtained from website

www.tenderwizard.com/CPWD or www.cpwd.gov.in. The press notice is also available on www.eprocure.gov.in

Page 4: 3 NITpage1

4

CPWD-6 FOR e-TENDERING 1. Percentage rate composite bids are invited, on behalf of the President of India, from

firms/Contractors of repute in two bid system for the work of:-

Name of work: Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF)

along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border

(IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos.

BOP). SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3)

Digisal (4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)

Pharasdngi i/c Internal Electrical Installation i/c Compound Light & service

connection to Building.

1.1 The work is estimated to cost Rs. 526149700/- (Civil Work : Rs. 502311495/- and Electrical Work : Rs. 23838205/-). This estimate, however, is given merely as a rough guide.

1.2 Intending bidders is eligible to submit the bid provided they have definite proof from the

appropriate authority, which shall be satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below. i) Should have satisfactorily completed the works as mentioned below during the last

Seven years ending previous day of last date of submission of the tender. This should be certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent.

Three similar works each costing not less than 21.05 cr.

OR Two similar works each costing not less than 31.57 cr.

OR

One similar work costing not less than Rs. 42.09 cr.

Similar works means work of “Construction of residential /non-residential buildings”. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of submission of bid.

a) Should have average annual financial turnover of Rs. 52.61 cr. on construction

work during the immediate last three years ending 31st March 2015.

b) Should not have incurred any loss in more than two years during the last five consecutive financial years ending 31st March’2015.

c) Should have a solvency of Rs. 21.05 cr.

Page 5: 3 NITpage1

5

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

as under:-

“I/We undertake and confirm that eligible similar 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 bidding/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.”

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7

which is available as a Govt. of India Publication and also available on web site www.cpwd.gov.in. Bidder shall quote his 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 12 (twelve) months from the date of

start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. a. The site for the work is available.

b. Architectural & structural drawing shall be made available in phased

manner, as per requirement of the same as per approved programme of

completion submitted by the contractor after award of 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 2014 can be seen from 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.

8 When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

9 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or

Banker’s Cheque or Deposit at call receipt or Fixed Deposit Receipt drawn in Favour of Executive Engineer, Buniadpur Central Division, CPWD, IBBZ, Buniadpur shall be scanned and uploaded to the e-tendering website within the period of bid submission,

Page 6: 3 NITpage1

6

A PART OF EARNEST MONEY IS ACCEPTABLE IN THE FORM OF BANK GUARANTEE ALSO. In such case, minimum 50% of the 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 schedule bank having validity for six months or more from last date of receipt of bids which is to be scanned and uploaded by the intending bidders. The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after opening of financial bid, failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority/the agency shall be debarred from tendering in CPWD. The following undertaking in this regard shall also be uploaded by the intending bidders:- “The physical EMD shall be deposited by me /us with the Executive Engineer calling the bid in case I/We become the lowest bidder within a week of the opening of financial bid otherwise department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from tendering in CPWD.” 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/- if registration with tender processing fee is continued, 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/ bid document 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 the press notice/bid document shall have to be submitted by the lowest bidder only along with the 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 or having new registration with M/s ITI limited and Earnest Money Deposit and other documents scanned and uploaded are found in order.

The eligibility bid submitted by the intending bidders shall be opened at 03:30 PM on

05.10.2015. The financial bid of only those bidders who are found eligible and are

approved by the competent authority shall be opened at the appropriate date and time

to be specified later. The intimation to the eligible bidders shall be given by Engineer-in-

Charge.

Page 7: 3 NITpage1

7

10 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 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 tenderer in the office of tender opening authority.

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

(v) If a tendered 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.

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

guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’. Including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The Earnest money deposited along with tender shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour licences, registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress) within the period specified in Schedule F.

12 Intending Bidders are advised to inspect and examine the site and its surroundings and

satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by 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

Page 8: 3 NITpage1

8

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

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

the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

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

15 The competent authority on behalf of President of India reserves to himself the right of

accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16 The contractor shall not be permitted to tender 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 as 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 gazette 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.

17 No Engineer of gazetted Rank or other Gazetted Officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the bid or engagement in the contractor’s service.

18 The bid for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of eligibility bids. If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.

19 This notice inviting Bid shall form 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:-

Page 9: 3 NITpage1

9

a. The Notice Inviting Bid, all the documents including additional conditions,

specifications and drawings, if any, forming part of the eligibility bid & financial 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 7.

20 :-

20.1 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.

20.2 The bid document will include following three components:

Part A: CPWD-6, CPWD-7 including schedule A to F for the major component i.e. civil component of the work, Standard General Conditions of Contract for CPWD 2014 as amended/modified up to the OM No. DG/SE/CM/CON/287 dated 24-08-15.

Part B: General / specific conditions, specifications and schedule of quantities applicable to major component of the work.

Part C: Schedule A to F for minor i.e. electrical component of the work. (SE/EE in charge of major component shall also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major components) General/specific conditions, specifications and schedule of quantities applicable to minor component(s) of the work.

20.3 The bidders must associate himself, with agency of the appropriate class eligible to

bid for minor component individually. In case the main contractor himself meets the required eligibility criteria as laid down by the Department for minor component of work, he shall be allowed to execute the same after due verification etc.

20.4 The eligible bidders shall quote rates for various items of major components as well as for all items of minor components of work also. It will be obligatory on the part of the main contractor to sign the tender documents for all the components.

20.5 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 in charge of minor components. One such signed set of agreement shall be handed over to EE in charge of minor component. EE of major component will operate Part A and Part B of the agreement. EE in charge of minor component shall operate Part C along with Part A of the agreement.

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

Page 10: 3 NITpage1

10

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

20.8 The main contractor has to associate agency(s) for minor component(s) and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of minor component(s).

20.9 In case the main contractor intends to change the associate agency during the

operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new agency shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge of minor component is not satisfied with the performance of associate agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

20.10 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.

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

In case main contractor fails to make the payment to the contractor associated by him within 15 days of receipt of each running account payment then on the written complaint of contractor associated for such minor component, EE/DDH in charge of minor component shall serve the show cause to main contractor and after considering the reply of the same he may make the payment directly to the contractor associated for minor component as per the terms & conditions of the agreement drawn between main contractor and associate contractor fixed by him, if reply of main contractor either not received or found unsatisfactory. Such payment made to the associate contractor shall be recovered by EE of major or minor component from the next RA/final bill due to main contractor as the case may be.

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

20.13 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer-in-charge of minor component 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 work.

Page 11: 3 NITpage1

11

CPWD – 7 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

State : West Bengal. Circle : BFC-I, Siliguri

Branch : B & R. Division : BFD-III, Buniadpur

Zone : Indo-Bangladesh Border Zone-I.

Percentage Rate Tender & Contract for Works

1. Tender for the work of: - Construction of 509 Border Out Post (BOPs) for Border

Security Force (BSF) along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan

Border (IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos.

BOP). SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal

(4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9) Pharasdngi i/c

Internal Electrical Installation i/c Compound Light & service connection to Building. (i) To be submitted /uploaded online on 05.10.2015 up to 03:00 PM

(ii) To be opened online at 3.30PM on 05.10.2015 in the office of Executive Engineer, Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur.

T E N D E R

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 respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. I/We agree to keep the tender open for ninety (90) days from the date of opening of eligibility bid and not to make any modifications in its terms and conditions.

Page 12: 3 NITpage1

12

A sum of Rs. 6261497/- is hereby forwarded in cash/ Receipt Treasury Challan / Deposit at call Receipt of a Scheduled Bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as Earnest Money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I /We agree that the said President of India or his successor 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 his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guaranty absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and 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 both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Date: Signature of Contractor Postal address: Witness: Address: Occupation :

Page 13: 3 NITpage1

13

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:-

(i)

(ii) (iii)

For & on behalf of the President of India

Signature…………… ………………

Dated……… ……………… Designation………… ………………

Page 14: 3 NITpage1

14

PROFORMA OF SCHEDULES SCHEDULE ‘A’

(i) Schedule of quantities for Civil work(Enclosed) : See at pages from 95 to 109 (ii) Schedule of quantities for Electrical work(Enclosed) : See at page 136 to 147

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

Sl. No.

Description of item Quantity

Rates in figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

----------NIL----------

SCHEDULE ‘C’ Tools and plants to be hired to the contractor

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

----------- NIL ------------

SCHEDULE ‘D’ Extra schedule for specific requirements/ documents for the work, if any.—

: As mentioned in bid document

SCHEDULE ‘E’

Reference to General Conditions of contract

: General Condition of Contract for CPWD Works–2014 as amended/modified up to the OM No. DG/SE/CM/CON/287 dated 24-08-15.

Page 15: 3 NITpage1

15

Name of work: - Construction of 509 Border Out Post (BOPs) for Border Security

Force (BSF) along the Indo-Bangladesh Border (IBB) and the

Indo-Pakistan Border (IPB), SH: Constriction of 129 Border

Out post West Bengal Sector (26 Nos. BOP). SW: Constriction

of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4)

Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)

Pharasdngi i/c Internal Electrical Installation i/c Compound

Light & service connection to Building. Estimated cost of work : Civil work: Rs. 502311495/- Electrical work: Rs. 23838205/- Total: 526149700/- (i) Earnest Money : Rs. 6261497/-(To be returned after receiving

Performance Guaranty).

(ii) Performance Guarantee : 5% of tendered value (iii) Security Deposit : 2.5% of tendered value

SCHEDULE ‘F’ General Rules & Directions: Officer inviting tender : Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3

: See below clause 12

Definitions: 2 (v) Engineer-in-Charge

For Civil

For Electrical

: Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

Executive Engineer(E), BFED-III, CPWD,

IBBZ-I, Malda

2(viii) Accepting Authority : Chief Engineer(IBBZ-I) CPWD, Siliguri.

Page 16: 3 NITpage1

16

2(x)Percentage on cost of materials and labour to cover all overheads and profits. : ………… 15%(fifteen percent) ………… 2(xi) Standard schedule of Rates : DSR- 2014 with up to date

correction slips.

2(xii) Department : CPWD

9(ii) Standard CPWD contract Form Clause 1

:

General Condition of Contract for CPWD Works–2014 as amended/modified up to the OM No. DG/SE/CM/CON/287 dated 24-08-15.

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 allowable extension with late fee @0.1%

per day of performance guarantee amount beyond the period as provided in (i) above, in days.

…………… days. …………… days.

Clause 2 Authority for fixing compensation under Clause 2

: Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

Whether clause 2A shall be applicable

: yes

Clause 5

Number of days from the date of issue of letter of acceptance for reckoning date of start

: 22 days

Mile stone(s) as table given below:

15

07

Page 17: 3 NITpage1

17

Sl

No. Description of

Mile Stone (Physical Progress)

Time allowed in month

(from date of start)

Amount to be withheld in case of non-achievement

of milestone.

1. Completion of foundation and up to plinth level for Barrack and Office Block

04 Months

1% of the tendered value of work

2.

Completion of foundation and up to plinth level for remaining building elements.

06 Months

1% of the tendered value of work

3.

Completion of structures up to slab i/c related electrical work for all buildings.

08 Months

1% of the tendered value of work

4. Completion of slab/roof including related electrical works .

10 Months

1% of the tendered value of work

5

Completion of finishing and remaining civil and electrical works and site clearance.

12 Months

1% of the tendered value of work

Time allowed for execution of work

:

12 (twelve) months

Authority to decide: (i) Extension of time (Engineer-in-Charge

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

: Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

(ii) Rescheduling of mile stones) : Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

(iii) Shifting of date of start in case of delay in handing over of site

: Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

Page 18: 3 NITpage1

18

Clause 6, 6A : Clause applicable (6 or 6A) : Clause 6A Clause 7 : Gross work to be done together with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment:

: Rs. 4.15 Crore (For Civil work) Rs.19.80 Lakh (For Electrical work)

Clause 7A : Whether applicable : Yes Clause 10 A : List of testing equipment to be provided by the contractor at site lab

: As required to conduct the test in the field lab as per specifications/tender documents.

Clause 10 B(ii)(iii)

Whether clause 10-B(ii)(iii) shall be applicable

: …….......…… No……………..

Clause 10 C

Component of labour expressed as percent of value of work

: …….......…… 25% ……………..

Clause 10 CA:

Sl No.

Materials covered under this clause

Nearest Materials

(other than cement, steel, reinforcement

bars and structural steel) for

which All India Wholesale

Price Index to be followed.

Base Price and its corresponding period of all the materials covered

under clause -10CA

Base Price (per MT)

Corresponding period

1. Cement – 43 Grade (i) OPC

Nil Rs. 6500/- August-2015

2. Reinforcement Bars (TMT)

Rs. 44000/- August-2015

Page 19: 3 NITpage1

19

Clause 10 CC: Not Applicable Clause 11: Specifications to be followed for execution of work

: For Civil Work CPWD Specification 2009 Vol. I & II with correction slips upto last date of receipt of bids. For Electrical Work CPWD Specification for electrical works Part-I(internal)-2013 & Part-II(external)-1995 with correction slips upto last date of receipt of bids.

Clause-12 12.2, 12.3 Deviation limit beyond which 30%

clause 12.2 & 12.3 shall apply for building work .

12.5 (i) Deviation limit beyond which clause 12.2 & 12.3 shall apply for Foundation work

(except earth work) 30%

(ii) Deviation Limit for items in earth work subhead of DSR or related items 100%

Clause 16: For Civil Work Competent Authority for deciding reduced rates: For amount limited upto 5%of Tendered value of civil component.

Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

For Electrical Work Competent Authority for deciding reduced rates: For amount limited upto 5% of Tendered value of electrical component.

Superintending Engineer(E) BFE Circle, CPWD

IBBZ-I, Matigara, Siliguri

Page 20: 3 NITpage1

20

Clause 18 : List of mandatory machinery tools & plants to be Deployed by the contractor at site

: As per contract provisions

Clause 25 : Constitution of Dispute Redressal Committee (DRC)

: For disputes above Rs. 25 lakh: (i) Chief Engineer, IBBZ-II: Chairman. (ii) SE(TLC & Admn), O/o ADG(B) :

Member. (iii) SE(P&A), IBBZ-II : Member

For disputes upto Rs. 25 lakh: (i) SE(TLC & Admn), O/o ADG(B) :

Chairman. (ii) EE(P), IBBZ-II : Member (iii) EE(P), IBBZ-I : Member

Clause 36 (i)

Sl No

Minimum Qualification

Discipline Designation

Min

imum

e

xp

erie

nce

Nu

mb

er

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

clause 36(i)

Figures Words

1. Graduate Engineer

Civil Project

Manager

20 Years

(and having experience

of one similar

nature of work)

1 Rs. 60,000/- (Per month)

Rupees Sixty thousand only (Per month)

2. Graduate Engineer

Civil Deputy Project

Manager

12 years (and

having experien

ce of one

similar nature

of work)

1 Rs. 40,000/- (Per month per person)

Rupees Forty thousand only (Per month per

person)

Page 21: 3 NITpage1

21

3.

Graduate Engineer

Or Diploma Engineer

Civil Project /Site

Engineer

5 Years Or 10

Years respecti

vely

1 Rs. 25,000/- (Per month per person)

Rupees Twenty five thousand

only (Per month per

person)

4.

Graduate Engineer

Or Diploma Engineer

Elect. Project /Site

Engineer

5 Years Or 10

Years respecti

vely

1 Rs. 25,000/- (Per month per person)

Rupees Twenty five thousand

only (Per month per

person)

5.

Graduate Engineer

Or Diploma Engineer

Civil

Project planning/Quali

ty/ billing Engineer

2 Years

Or 5

Years respecti

vely

2 Rs. 15,000/- (Per month per person)

Rupees fifteen thousand only (Per month per

person)

Clause 42: i)

Schedule /Statement for determining theoretical quantity of cement & bitumen on the basis of

: DSR 2014 With correction slips issued till the date of receipt of bids.

ii) Variations permissible on theoretical quantities.

(a) Cement

For works with estimated cost put to

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

(b) Bitumen for all works : 2.5% plus only & nil on minus side

(c) Steel reinforcement and structural steel sections for each diameter, section and category

: 2% plus/minus

(d) GI Barbed wire : 2% plus/minus

(e) P. T. Concertina Coil : Nil

(f) All other materials : Nil

Page 22: 3 NITpage1

22

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl No.

Description of item Unit

Rates in figures and words at which recovery shall be made from the

Contractor

Excess beyond the Permissible

variation

Less use beyond the permissible

variation

1. Cement 43 Grade (i) OPC

M.T.

NIL

Not Permitted

2. TMT Reinforcement bars M.T. NIL Not Permitted

Page 23: 3 NITpage1

23

FORM OF PERFORMANCE SECURITY

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 a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only) as 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 (indicate the name of the bank)pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only) on demand by the Government.

2. We _____________________________ do hereby undertake to pay the amounts due

and payable (indicate the name of the bank)under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is 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 to 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 there under and the contractor(s) shall have no claim against us for making such payment.

4. We _________________________________ further agree that the guarantee herein

contained shall(indicate the name of the Bank)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 __________________________________ further agree with the Government

that the government(indicate name of the bank)shall have the fullest liberty without

Page 24: 3 NITpage1

24

our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) form time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

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

7. We _____________________________________ lastly undertake not to revoke this

guarantee except (indicate the name of Bank)with the previous consent of the Government in writing.

8. This guarantee shall be valid upto ____________________ unless extended on

demand by Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) 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 Bank)

Page 25: 3 NITpage1

25

FLY LEAFS

FLY LEAF No. I

ADD AFTER PARA 2 OF CLAUSE 19 AT PAGE 39 OF GCC

For this purpose, as laid down in Rule 4 (3) of the Building and other Construction works

Welfare Cess Rule 1998, the contractor shall have to pay Cess @1% of the gross value of

work done by him, which shall be recovered from each running bill including final bill of the

work the Engineer-in-Charge. The amount so deduct shall be transferred to the West

Bengal Building and other Construction Workers Welfare Board or any other designated

office.

FLY LEAF No. 2

Arbitration and litigation cases (Introduction of DRC in standard GCC )

1.1 Dispute Redressal Committee : In order to drastically reduce the number of cases

filed by the contractors for arbitration, and to redress the disputes with the contractor

in accepting any decision of a competent authority on any matter relating to a contact

there shall be a Standing Committee, convened by the Additional Director General,

for each Zone in the Region comprising of the following Members:

1.2 For Total claims more than Rs.25.0 lakh

a) One Chief Engineer IBBZ-II : Chairman

b) SE(TLC & Admn), O/o ADG(B) : Member.

c) SE(P&A), IBBZ-II: Member

d) The SE in-Charge of the work shall present case before DRC but shall not have

any part in decision making.

1.3 For Total claims up to Rs. 25.0 lakh

a) SE(TLC & Admn), O/o ADG(B) : Chairman

b) EE(P), IBBZ-II : Member c) EE(P), IBBZ-I : Member d) The Executive Engineer in-Charge of the work shall present the case before DRC but

will not have any part in decision making.

IN the first instance, the Executive Engineer, Superintending Engineer, or the Chief

Engineer shall positively give his decision or any matter relating to the contract, for

which he is competent to do so. If the decision so given is not acceptable to the

contractor due to any legitimate reason, efforts shall be made to reason with the

contractor to arrive at a consensus that is reasonable and legitimate under the terms

and conditions of the contract. If, however, no consensus can be reached, the

matter shall be referred to the next higher authority, and if no consensus can be

reached at that level too, then the Chief Engineer shall refer the matter to the

Committee for adjudication.

Page 26: 3 NITpage1

26

In other words, cases shall be referred to the Committee only after exhausting all

other remedies available with the officers of the department who are a party to the

contract.

The Superintending engineer and his Executive Engineer, who are parties to the

contract under dispute, shall present the case of the department before the

Committee, alongside the contractor who shall present in his case. The Committee

shall hear both the parties, and suggest in amicable and legitimate solution to the

problem, based on the principal of equity and natural justice. If the sane is

acceptable to both the parties, it shall be accepted by the officer in the department

under whose competence the matter falls, and conveyed for implementation. If,

however, the Committee fails to resolve the issue, the decision taken by the

competent authority of the department in the matter would stand. It would then be

upto the contractor to either accept it, or to apply for arbitration under the provisions

of the contact.

2) Wherever such a Dispute Redress Committee is constituted in a Region, suitable

provision for the same should be made part of NIT that ADG in charge shall be the

competent authority to constitute DRC comprising members mentioned above. This

shall incorporated the Schedule of CPWD 7/8, and these shall form a part of the

contract. The DRC shall have to give decision on the claims of contractor or

department was three months of receipt of reference. If no decision is given by DRC

within three months then claimant shall be at liberty to seek appointment of arbitrator.

In either department or contractor is not satisfied with the decision of DRC, each

........seek appointment of arbitrator. The contractor shall only be entitled to invoke

arbitration clause after exhausting the remedy available under the Dispute Red

Committee. Other provisions under Para 35.1 shall remain unchanged.

FLY LEAF No. - 3 Minimum Quality Assurance Plan

1. Minimum Q.A Plan shall have to be part of tender document for all the costing more

than tendering limit of :-

(i) Class V contractors under Civil Category.

(ii) Class IV contractor under Electrical Category.

(iii) Group D Contractors empanelled for HVAC, Sub-Station, Fire Fighting and Lifts

Category under Specialized E & M Services.

2. Lot size, number of required test and frequency of testing needs to be clearly in QA

Plan. While deciding these criteria CPWD Specifications & Provision Code and

Standard Practices may be referred. Volume of work, Practical Difficult and Site

Conditions etc. may also be kept in view and lot size, number of frequencies of testing

may be varied suitable by NIT Approving Authority.

Page 27: 3 NITpage1

27

3. It should clearly indicate the Machinery and other Tool & Plants required deployed at

site by the contractor. Entire Machinery and T & P may not be request the start of

work, therefore, a proper time schedule by which each machinery to be brought at site

should also be indicated.

4. Requirement to setup field laboratory should be defined. All the testing equipm to be

arranged by the Contractor should be clearly mentioned. If field lab is to the

Department the same may be indicated in the QA Plan.

5. All the relevant and applicable codes, specifications and standards, as acceptance

criteria for various items of work, workmanship, materials employed needs to be

mentioned.

6. A proper shuttering schedule showing quantity of shuttering to be brought at site

either in one lot or at different stages of work should from part of QA Plan.

7. Maintenance of Register of Test :-

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

shall be maintained by the contractor which shall be issued to the contractor by

Engineer-in-Charge in the same manner as being issued to CPWD field staff.

ii) All samples of materials including Cement Concrete Cubes shall be taken jointly

with Contractor by JE and out this at least 50% samples shall be taken in presence

of AE in charge. If there is no JE, all Samples of materials including Cement

Concrete Cube shall be taken by AE jointly with Contractor. All the necessary

assistance shall be provided by the contractor. Cost of sample materials is to be

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

be tested at site.

iii) All the test in field lab setup at Construction site shall be carried out by the

Engineering staff deployed by the contractor which shall be 100% witness by JE

and 50% of tests shall be witness by AE-in-Charge. At least 10% of the tests are to

be witness by the Executive Engineer. For outstations the percentage of tests to be

witnessed by JE, AE & EE are to be decided by NIT approving Authority and should

form part of QA Plan.

iv) All the entries in the registers will be made by the designed Engineering staff of the

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

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

8. Submission of copy of all test registers, Material at site Register and hinderance

register along with each alternate Running Account Bill and Final Bill shall be

mandatory. These registers should be duly checked by AE(P) in Division Office and

receipts of registers should also be acknowledged by Accounts Officer by signing

the copies and register to confirm receipt in Division office. If all the test registers

and hinderance register is not submitting along with each alternate R/A Bill & Final

Bill, it will be responsibility of EE & AAO than no payment is released to the

contractor.

Page 28: 3 NITpage1

28

9. Maintenance of Material at Site (MAS) Register :-

i) All the MAS Registers including Cement and Steel Registers shall be

maintained by Contractor which shall be issued to the contractor by Engineer-in-

charge in the same manner as being issued to CPWD field staff.

ii) Each of the entry of receipt of material at site shall be 100% test checked by JE or

by AE if there is no JE.

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

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

twice a week.

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

the frequency of checking the Registers by JE, AE & EE is to be decided by NIT

approving Authority and should form part of QA Plan.

10 It will be deemed that work so measured, checked and paid is of the

requirement quality and standard, both in respect of ingredients as well as the

intended function it is supposed to perform. In other words, the work would not

only meet the required specifications but also the workmanship as per sound

engineering practices.

11 Minimum QA plan may vary work to work basis depending upon nature as

volume of work.

12 The Superintending Engineer shall also have to check and sign these reports at

suitable intervals in token of his ensuring compliance of the ‘Quality Assurance

Plan’ for work for major works costing above Rs.10 crores, he shall check and sign

these report for works in his headquarter, before every alternate running account

bill, beginning for the first bill, as well as before the final bill is paid to the

contractor. For works outside headquarter, he shall check and sign theses reports

whenever he goes on inspection. Chief Engineer can waive this requirement in

exceptional cases, and for recorded reason. However, in any case, the

Superintending Engineer shall not be absolved of responsibility to ensure that the

‘quality Assurance Plan’ is complied with in every under his charge. It will be his

responsibility to locate the lapses or deficiency and suitable remedial action if the

Quality Assurance Plan is not implemented in spirit action by the field officers.

Page 29: 3 NITpage1

29

Page 30: 3 NITpage1

30

Page 31: 3 NITpage1

31

Page 32: 3 NITpage1

32

Page 33: 3 NITpage1

33

PART B

(CIVIL WORK)

Page 34: 3 NITpage1

34

SPECIAL CONDITIONS

1.0 General 1.1 Except for the items, for which Particular Specifications are given or where it is

specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol. I & II” with upto date correction slips and as per instructions of Engineer-in-Charge. Wherever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed and the rates should be all inclusive. In the case of discrepancy between the Schedule of Quantities, the Specifications and/ or the Drawings, the following order of preference shall be observed:-

(i) Nomenclature of item as per Schedule of Quantities

(ii) Special Conditions.

(iii) Particular Specifications.

(iv) Drawings and specification mentioned in the tender document.

(v) CPWD Specifications-2009 (Vol.-I & II) with upto date correction slips.

(vi) Indian Standard Specifications of B.I.S.

(vii) Manufactures Specifications.

(viii) Sound Engineering Practice as per the decision of Engineer-in-Charge.

1.2 Any reference made to any Indian Standard Specifications, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such publications including relevant Indian Standard applicable to the work at site.

1.3 The work shall be executed and measured as per metric dimensions given in the

Schedule of Quantities, drawings etc. (FPS units wherever indicated are for guidelines only).

1.4 The work should be planned in a systematic manner so that chase cuttings in the

walls, ceilings and floors is minimized. Wherever absolutely essential, the chase shall be cut using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel. The electrical boxes should be fixed in walls simultaneously while raising the brick work. The contractor shall ensure proper co-ordination of various disciplines viz. sanitary & water supply, horticulture & electrical etc.

1.5 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc.

are to be properly tested before covering.

Page 35: 3 NITpage1

35

1.6 Samples including brand / quality of materials and fittings to be used in the work shall

be got approved from the Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work.

1.7 Equipment like concrete pump excavators/Transit mixer etc. shall be allowed to be moved away from the site when, in written opinion of Engineer-in-Charge, the same are no longer required at site of work.

1.8 The contractor, his agents / representative, workman etc. shall strictly observe orders

pertaining to fire precautions prevailing in the area. 1.9 Contractor(s) shall study the soil investigation report for the site, available in the office

of the Engineer-in-Charge and satisfy himself about complete characteristics of soil and other parameters at site. However, no claim on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.

1.10 The tenderer shall see the approaches to the site. In case any approach from main

road is required at site or existing approach is to be improved and maintained for cartage of materials by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost.

1.11 Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary arrangement shall be made at his own cost.

1.12 The contractor shall take all precautions to avoid accidents by exhibiting necessary

caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to work due to negligence on his part. No hindrances shall be caused to traffic, during the execution of the work.

1.13 The contractor shall take instructions from the Engineer-in-Charge regarding

collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, compound wall, services etc are to be constructed.

1.14 The contractor shall provide at his own cost suitable weighing, surveying and leveling

and measuring arrangements as may be necessary at site for checking. All such equipments shall be got calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be payable on this account.

1.15 Contractor 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 work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings.

1.16 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories

should conform to byelaws and municipal body / corporation where CPWD Specifications are not applicable. The contractor should get the materials (fixtures/fittings) tested by the Municipal Body / Corporation authorities wherever required at his own cost.

Page 36: 3 NITpage1

36

1.17 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 issued for the work, nomenclature of items, specifications etc. and satisfy himself that the information available there from is complete and unambiguous. The figures & the written dimensions of the drawing shall supersede the measurement by scale. The discrepancy, if any, shall be brought to the notice of the Engineer-in-Charge for immediate decision 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 on this account.

1.18 The Architectural drawings other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fittings involved unless and otherwise specifically mentioned.

1.19 The contractor should submit the shop drawing of staging and shuttering for approval

of Engineer-in-Charge before actually commencing the execution of work under the item. Nothing extra shall be payable on this account.

1.20 Other agencies may also simultaneously execute and install the works and the

contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings, trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be available as specified elsewhere in the contract) and the contractor shall fix the same at the time of casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.

1.21 The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of others.

1.22 All material shall only be brought at site as per program finalized with the Engineer-in-

Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

1.23 The contractor shall procure the required materials in advance so that there is

sufficient time for testing of the materials and approval of the same before use in the work.

1.24 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar

services encountered in the course of the execution of work shall be protected against the damage by the contractor at his own expense. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In case temporary supporting/shifting of such services is required to facilitate the work, the same shall be done by the contractor at no extra cost.

Page 37: 3 NITpage1

37

In case the existing services are to be shifted permanently, then before dismantling the existing services, alternate/diversion of service lines has to be laid by the contractor so that there is no interruption in use of existing services. The contractor has to plan the alternate suitable route for diversion/shifting of service lines and get the same approved from the Engineer-in-Charge before starting shifting of services. Nothing extra shall be paid except the payment of dismantling and laying of new service lines as per conditions of contract.

1.25 The contractor shall be responsible for the watch and ward / guard of the buildings,

safety of all fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage during the period of installations and thereafter till the building is physically handed over to the department. No extra payment shall be made on this account.

1.26 The contractor shall be fully responsible for the safe custody of materials brought by

him/ issued to him even though the materials may be under double lock key system. 1.27 For construction works which are likely to generate malba / rubbish to the tune of

more than a tempo / truck load, contractor shall dispose of malba, rubbish & other unserviceable materials and wastes at his own cost to the notified specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily, outside the construction premises.

1.28 BATCH MIX CONCRETE 1.28.1 The contractor shall install separate concrete weighing plants of minimum 5

Cum/Hour capacity and establish laboratories at all BOPs site of batch mix plant to test the coarse aggregate, fine aggregate, water, sand, cement etc. and Compressive strength testing machine for testing of cubes & bricks etc. Contractor is also required to depute technical personnel specifically for running of Batch Mix Plant and for quality control of mix produced.

1.28.2 All incidental expenditure on security, construction of cement godown, access roads,

arrangement of water, electricity etc. to be incurred or anticipated by the agency for arranging, installing and operation of Batch Mix Plant shall be deemed to have been included in his quoted rates and no claim whatsoever will be tenable on this account.

1.29 With each Running Bill, the details of test carried out shall be submitted by the

contractor as per prescribed proforma. 1.30 On completion of work, the contractor shall submit at his own cost four prints of “as

built” drawings to the Engineer-in-Charge. These drawings shall have the following information.

Page 38: 3 NITpage1

38

(a) Run off of all piping and their diameters including soil, waste pipes and vertical

stacks.

(b) Ground and invert level of all drainage pipes together with locations of all manholes and connections, upto out fall.

(c) Run off of all water supply lines with diameters, location of control valves, access panels etc.

In case the contractor fails to supply “as built drawing” aforesaid within 30 days of the date of completion, then the recovery @ Rs.10,000/- each for such set of drawings shall be made from the contractor’s final bill.

1.31 In the item of providing and fixing precast reinforced cement concrete in shelves the cost of cutting chases and making good the same shall be inclusive in the item ad nothing extra shall be paid on this account.

1.32 In the item of finishing walls with water proofing cement paint, only the plain/flat area shall be measured for payment and nothing extra shall be paid on account of pointed wall surface.

2.0 Unless otherwise specified in the schedule of quantities or CPWD specifications, the rates for respective items shall be all inclusive and apply to the following: -

a) All lifts & all heights, floors including terrace, leads and depths.

b) All labour, material, tools and plants and other inputs involved in the execution of the item.

c) Any of the conditions and specifications mentioned in the tender documents.

d) Pumping / bailing out surface water / rain water / sub soil water, if necessary for any reason.

e) Providing sunk flooring in bath-rooms, kitchen, etc.

f) Any legal or financial implications resulting out of disposal of earth, if any.

g) Payment of Royalty at the prevailing rates, if any, on the earth, boulders, metal, shingle, sand and bajri etc. or any other material collected by him for the work shall be made direct to revenue authorities. The proof for deposition of royalty amount have to be submitted in the office of Engineer-in-charge.If the agency fails to submit such proof before every running account bill, then amount as per prevailing rate will be deducted from running account bill and will be deposited in the concerned office by the Engineer-in-charge.

h) Performance test of the entire installation(s) before the work is finally accepted.

i) Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been built in the items.

j) All incidental charges for cartage, storage and safe custody of materials brought to site.

3.0. TESTING OF MATERIAL: - 3.1 Samples of materials required for testing shall be provided free of charge by the

contractor. The cost of tests shall be borne by the contractor / department in the manner indicated below: -

Page 39: 3 NITpage1

39

a. By the contractor, if the results show that the material does not conform to

relevant specifications.

b. By the department, if the results show that the material conforms to relevant specifications.

All other expenditure required to be incurred for taking samples; conveyance,

packing etc. shall be borne by the contractor himself. 3.2 However, if any ultrasonic pulse velocity / load testing or special testing is to be done

for concrete whose strength is doubtful, the cost of the same shall be borne by the contractor.

3.3.1 In case there is any discrepancy in frequency of testing as given in list of mandatory

tests and that in individual sub-heads of work as per CPWD Specifications, higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

3.4 FIELD LABORATORY

The contractor has to establish field laboratory at site including all necessary equipments and skilled manpower for the Field Tests as at his own cost to have proper quality control. For performing the above tests, the Field Testing Equipments and Instruments as specified are to be arranged and maintained by the contractor.

3.5. The contractor shall ensure quality construction in a planned and time bound manner.

Any sub-standard material / work beyond set-out tolerance limit shall be summarily rejected by the Engineer-in-Charge & contractor shall be bound to replace / remove such sub-standard / defective work immediately.

3.6 The list of Laboratory/ Field equipment referred above are to be arranged and

maintained by the contractor at the site of work. In case the equipment required for any test is not available at site, the department shall get the test conducted from the third party. However in that event, besides providing free materials of sample, the cost of taking of sample, packing, transportation, testing charges etc. shall be borne by the contractor irrespective of the results.

4.0 SECRECY 4.1 The contractor shall take all steps necessary that all persons employed on any work

in connection with the contract have notice that the Indian Official Secrets Act 1923 applies to them & will continue so to apply even after the execution of such works under the contract.

Page 40: 3 NITpage1

40

4.2 The contract is confidential and must be strictly confirmed to the contractor’s own use

(except so far as confidential disclosure to sub-contractors or suppliers as necessary) and to the purpose of the contract.

4.3 All documents, copies thereof & extracts there from furnished to the contractor shall

be returned to the Engineer-in-Charge on the completion of the work / works or the earlier determination of the contract.

5.0 LABOUR AND SECURITY 5.1 Contractor should provide his plan for labour huts as per his requirement and get it

approved from the Engineer-in-Charge. 5.2 Contractor has to follow the security requirement of the campus and obtain necessary

entry passes for the labour and vehicles and follow security checks at entry / exit gates, restriction on movement of vehicle, restricted timings of working etc. The Department however shall assist the contractor in obtaining such passes for movement of vehicles and labour. No claim whatsoever shall be entertained on account of delay in entry of vehicles and labour including restrictions in working hours, if there is any.

5.3 The contractor shall employ only Indian Nationals after verifying their antecedents

and loyalty. The contractor shall, on demand submit list of his agents, employees and work people concerned & shall satisfy as to the bonafides of such people.

5.4 The contractor & his work people shall observe all relevant rules regarding security

promulgated in which work is to be carried out by the Controlling Administrative Authority of the campus/area (hereinafter referred to as “Administrator”).

5.5 The contractor, his representative, workman shall be allowed to enter through

specified gates & timing as laid down by the controlling authority. They shall be issued an identity card or an individual pass in accordance with the standing rules & regulations & they should possess the same while working. The contractor shall be responsible for the conduct & actions of his workman, agents / representatives.

5.6 Normally contractor shall be allowed to carryout work between 7 AM to 6 PM.

However, he may also be allowed to carryout the work beyond 6 PM & upto 7 AM if the site conditions / circumstances so demand with prior written permission from the “Administrator”. However, if the work is carried out in more than one shift or at night, no claim on this account shall be entertained.

5.7.1 Normally contractor’s material / vehicles etc shall be allowed to move in / go-out

between 7 AM to 7 PM only & no movement of material / vehicles out of site of work shall be allowed during night hours unless specific permission is obtained from the “Administrator”.

5.8 In case if a separate entry has been allowed, the contractor has to make all

arrangement for making a separate entry gate and barricading of the working area to

Page 41: 3 NITpage1

41

segregate/separate the same from other areas. All these have to be done by the contractor at his own cost including safeguarding any untoward incident in the restricted area due to separate entry gate and barricading arranged by the contractor. No extra amount on this account shall be payable by the department.

6.0 TRANSPORTATION AND OFFICE INFRASTRUCTURE: 6.1 In order to complete the work within the scheduled time if the contractor shall be

required to do the work in more than one shift and accepted by the department the contractor will provide vehicular facilities to the CPWD site staff to reach the site and their residence at his own cost for their services required beyond the normal office hours. In case the contractor fails to provide the facilities Engineer-in-Charge shall be at liberty to make the arrangement themselves and deduct the respective cost from the contractor’s bills.

6.2 For Quality Control Measures, Preparation of Bills and Monitoring the Quality, the contractor shall provide (min. one number) Computer having MS-Windows XP, A-3 Coloured Inkjet & A-4 Laserjet Printers, Scanners, UPS etc. with required number of data entry operator in the site office of Engineer-in-Charge.

7.0 PROGRAM CHART: - 7.1 The Contractor shall prepare an integrated program chart for the execution of work,

showing clearly all activities from the start of work to completion, with details of manpower, equipment and machinery required for the fulfillment of the program within the stipulated period or earlier and submit the same for approval of the Engineer-in-Charge within 15 days of the issue of letter of acceptance for the contract.

7.2 The work has to be completed in stages as indicated in the Milestones under

Schedule ‘F’ and the program should be prepared in such a manner to achieve these Milestones as indicated therein or earlier.

7.3 The program chart should include the following: -

a) Descriptive note explaining sequence of various activities.

b) Network (PERT / CPM / BAR CHART) which will indicate resources in financial terms, manpower and specialized equipment for every important stage.

c) Program for procurement of materials by the contractor.

d) Program of procurement of machinery / equipments having adequate capacity, commensurate with the quantum of work to be done within the stipulated period, by the contractor.

7.4 If at any time, it appears to the Engineer-in-Charge that the actual progress of work

does not conform to the approved program referred above, the contractor shall produce a revised program showing the modifications to the approved program by additional inputs to ensure completion of the work within the stipulated time.

Page 42: 3 NITpage1

42

7.5 The submission of revised program or approval by the Engineer-in-Charge of such

program or the furnishing of such particulars shall not relieve the contractor of any of his duties or responsibilities under the contract. This is without prejudice to the right of Engineer-in-Charge to take action against the contractor as per terms and conditions of the agreement.

Notwithstanding the fact that the contractor will have to pay to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and/or extra amounts for any other reason.

8.0 PROGRESS AND MONITORING OF WORK:

Contractor shall give the Engineer-in-Charge on the 10th day of each month, progress report of the work done during the previous month. Such progress report will include the project progress summary, work progress (planned v/s. actual), PERT chart, milestone status, financial progress status, manpower deployment status, important materials consumed, materials at site at the beginning of the month, materials consumed during the month and the balance quantities at the end of month and progress of the work stating the reasons for shortfall, if any including the steps and measures to be taken for making good the shortfall in the succeeding period. Non submission of aforesaid progress report shall make contractor liable for action under breach of contract conditions.

9.0 SAMPLE OF MATERIALS:- 9.1 All materials and fittings brought by the contractor to the site for use shall conform to

the samples approved by the Engineer-in-Charge which shall be preserved till the completion of the work. If a particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-in-Charge. Wherever brand / quality of material is not specified in the item of work, the contractor shall submit the samples as per List of Preferred Makes for approval of Engineer-in-Charge. For all other items, ISI Marked materials and fittings 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 for the approval of Engineer-in-Charge.

9.2 To avoid delay, contractor should submit samples as stated above well in advance so

as to give timely orders for procurement. 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.

9.3. BIS marked materials except otherwise specified shall also be subjected to quality

test besides testing of other materials as per the specifications described for the item/material. Wherever BIS marked materials are brought to the site of work, the contractor shall, furnish manufacturer’s test certificate or test certificate from

Page 43: 3 NITpage1

43

approved testing laboratory to establish that the material procured by the contractor for incorporation in the work satisfies the provisions of specifications relevant to the material and / or the work done.

BIS marked items (except cement & steel for which separate provisions have been made in para 10.0) required on the work shall be got tested, for only important tests, which govern the quality of the product, as decided by the Engineer-in-Charge. The frequency of such tests (except the mandatory test) shall be 5% of the frequency as specified in BIS. For mandatory test, frequency shall be as specified in the CPWD Specifications

9.4 For certain items, if frequency of tests is neither mentioned in the CPWD Specifications & BIS, then tests shall be carried out as per decision of Engineer-in-Charge.

10.0 CEMENT & STEEL REINFORCEMENT (IF NOT STIPULATED TO BE SUPPLIED

BY THE DEPARTMENT). 10.1 Contractor has to produce manufacturers test certificate for each lot of Cement &

Steel Reinforcement procured at site. 10.2 CEMENT:- 10.2.1 The contractor shall procure 43 grade Ordinary Portland Cement / Portland

Pozzolona Cement (Fly Ash based)/PSC, required in the work from reputed manufacturers of cement having a production capacity not less than one million tones or more per annum, such as ACC, Ultra Tech, J. P. Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India, Birla gold, Laffarge etc., as approved by the Ministry of Industry, Government of India, and holding license to use ISI certification mark for their product. 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 tenderers 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 manufacturer’s name and ISI marking, along with manufacturers test certificate for each lot.

10.2.2 Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS Codes. The cement for such testing purpose shall be supplied by the contractor free of charge. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so. The cost of tests shall be borne by the contractor/department in the manner indicated below:

Page 44: 3 NITpage1

44

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. 10.2.3 Cement shall be brought at site in bulk supply of approximately 50 tonnes or as

decided by the Engineer-in-Charge. 10.2.4 OPC/PPC/PSC bags shall be stored in separate godowns. Separate godowns for

tested cement and fresh cement (under testing) to be constructed by the contractor at his own cost as per sketches given in C.P.W.D Specifications having weather-proof roofs and walls. The size of the cement godown is indicated in the sketches for guidance. The actual size of godown shall be as per site requirements and nothing extra shall be paid for the same. Each godown shall be provided with a single door with two locks. The keys of one lock shall remain with the representative of Engineer-in-Charge of the work and that of other lock with the authorized agent of the contractor at the site of work so that the cement is issued from godown according to the daily requirement with the knowledge of both parties. The account of daily receipt and issue of cement shall be maintained in a register in the prescribed proforma and signed daily by the contractor or his authorized agent and Engineer-in-Charge or his authorized representative in token of its correctness. The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard proforma by the contractor or his authorized representative which shall be duly signed by the authorized representative of the Engineer-in-Charge before issue to the work on day to day basis.

The capacity of each cement go-down shall be 1000 bags of cement or more as decided by the Engineer-in-Charge and shall be constructed by the contractor at site of work and at the site of batching plant for which no extra payment shall be made. The contractor shall be responsible for the watch and ward and safety of the cement go-downs. The contractor shall facilitate the inspection of the cement go-downs by the Engineer-in-Charge at any time.

10.2.5 The actual issue and consumption of cement on work shall be regulated and proper

accounts maintained as provided in the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in Clause-42 of the contract and shall be governed by the conditions laid therein.

10.2.6 If the quantity of cement actually used in the work is found to be more than the

theoretical quantity of cement including authorized variation, nothing extra shall be payable to the contractor on this account. In the event of it being discovered that after the completion of the work, the quantity of cement used is less than the quantity ascertained as herein before provided (allowing variation on the minus side as stipulated in Clause - 42), the cost of quantity of cement not so used shall be recovered from the contractor as specified in schedule. Decision of the Engineer-in-Charge in regard to theoretical quantity of cement which should have been actually

Page 45: 3 NITpage1

45

used as per the schedule and recovered at the rate specified, shall be final and binding on the contractor.

For non-scheduled items, the decision of the Superintending Engineer regarding theoretical quantity of the cement, which should have been actually used, shall be final and binding on the contractor.

10.2.7 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.

10.2.8 In case the contractor brings surplus quantity of cement the same shall be removed

from the site after completion of work by the contractor at his own cost after approval of the Engineer-in-Charge.

10.2.9 Cement, which is not used within 90 days from its date of manufacture, shall be

retested at approved laboratory. Until the results of such tests are found satisfactory, it shall not be used on the work.

10.3 CONDITION FOR USE OF FLYASH AND / or PPC/PSC IN RCC STRUCTURE:-

PPC manufactured conforming to IS: 1489 (port-I) shall be treated at par with OPC for manufacture of design mix concrete for structure use in R.C.C.

General : 10.3.1 IS: 456-2000 Code of practice for Plain and reinforced Concrete (as amended up to

date) shall be followed in regard to Concrete Mix Proportion and its production as under: (a) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in

clause-9 of IS 456 mentioned above.

(b) Concrete shall be manufactured in accordance with clause 10 of above mentioned IS: 456 covering quality assurance measures both technical and organizational, which shall also necessarily require a qualified Concrete Technologist to be available during manufacture of concrete for certification of quality of concrete.

10.3.2 The mechanical properties such as modulus of elasticity, tensile strength, creep and

shrinkage of flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be significantly different and their values are to be taken same as those used for concrete made with OPC.

10.3.3 To control higher rate of carbonation in early ages of concrete both in flyash admixed as well as PPC/PSC based concrete, water / binder ratio shall be kept as low as possible, which shall be closely monitored during concrete manufacture. If necessitated due to low water / binder ratio, required workability shall be achieved by use of chloride free chemical admixtures conforming to IS: 9103. The

Page 46: 3 NITpage1

46

compatibility of chemical admixtures and super plasticizers with each set OPC, fly ash and / or PPC/PSC received from different sources shall be ensured by trials.

10.3.4 In environment subject to aggressive chloride or sulphate attack in particular, use of flyash admixed or PPC/PSC based concrete may be made. In cases, where structural concrete is exposed to excessive magnesium sulphate, flyash substitution / content be limited to 18% by weight. Special type of cement with low C3A content may also be alternatively used. Durability criteria like minimum binder content and maximum water / binder ratio also need to be given due consideration in such environment.

10.3.5 Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hoot & arid regions, the minimum curing period shall be 14 days or its equivalent.

10.3.6 The contractor should submit the certificate indicating the percentage of flyash used in PPC/PSC alongwith supply.

10.3.7 While using PPC/PSC for structural concrete work, no further admixing of flyash shall

be permitted. 10.3.8 In case contractor is permitted to use Portland Slag Cement (PSC) then:

a) The base price of Cement OPC (43 Grade) as stipulated under schedule ‘F’

shall be reduced by Rs. 260.00 (Rupees Two Hundred sixty only) per MT.

and

b) The recovery @ Rs. 15.00 (Rupees Fifteen only) per bag of 50kg cement

shall be made in each Running Account and Final Bills for using cement (PSC)

instead of cement (OPC) 43 Grade.

10.3.9 In case contractor is permitted to use Portland Pozzolona Cement (PPC) then: a) The base price of Cement OPC (43 Grade) as stipulated under schedule ‘F’

shall be reduced by Rs. 60.00 (Rupees Sixty only) per MT. and

b) The recovery @ Rs. 3.45 (Rupees Three and Forty Five paisa only) per bag

of 50kg cement shall be made in each Running Account and Final Bills for

using cement (PPC) instead of cement (OPC) 43 Grade.

10.4 Cement of different types (viz PSC, PPC, OPC 43 Gd) shall be kept in separate godowns under double lock and key and its consumption account invariably maintained, whether the cement is supplied departmentally or arranged by the contractor. A register shall be maintained for each type of cement at the site of work. The register shall contain the columns as shown below:

Page 47: 3 NITpage1

47

Cement Register

CEMENT TYPE:

[PSC/ PPC/ OPC 43 Gd (Only one to be retained)]

Date

of

receip

t

Cement

Manufa-

cturer’s

name

and

Locatio

n of

Cement

Plant

Quantit

y

receive

d

Progressiv

e total

Date

of

issu

e

Quantit

y

issued

Item

of

work

for

which

issue

d

Quantit

y

returne

d at the

end of

the day

Total

issu

e

Daily

balanc

e at

hand

Contractor’

s initial

JE’s

initia

l

Remarks

AE/

AEE/

EE at

periodica

l checks

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13)

10.5 STEEL REINFORCEMENT: -

10.5.1 The contractor shall procure Thermo Mechanical Treated (TMT) Steel Reinforcement bars of Fe 500D grade from Primary producers such as SAIL or (RINL) Rashtriya Ispat Nigam Ltd. or TISCO from Tata Steel as approved by Ministry of Steel.:

(a) The grade of the steel shall be Fe 500 D as per IS 1786-2008.

10.5.2 The contractor shall have to obtain and furnish test certificates to Engineer -in-

Charge in respect of all the supplies brought by him to the site of work. 10.5.3 Samples shall also be taken and got tested by the Engineer-in-Charge as per the

provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications, as defined under para 10.4.1 (a) above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in Charge to do so: -

10.5.4 The steel reinforcement shall be brought in bulk supply of 10 tonnes or more or as

decided by the Engineer-in-Charge along with manufacturer test certificate for each lot.

10.5.5 The steel reinforcement shall be stored by the contractor at site of work in such a

way as to prevent their distortion and corrosion and nothing extra shall be paid on these accounts. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

10.5.6 Unless OTHERWISE specified elsewhere in the contract document, the testing

(nominal mass, tensile strength, bend test, rebend test etc.) shall be done as per frequency of samples not less than as given below

Page 48: 3 NITpage1

48

SIZE OF BAR FOR CONSIGNMENT BELOW 100 TONNES

FOR CONSIGNMENT OVER 100 TONNES

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

One sample for each 40 tonnes or part thereof

10 mm to 16 mm dia One sample for each 35 tonnes or part thereof.

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

10.5.7 The contractor shall supply free of charge the steel required for testing including

transportation to testing laboratories. 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 steel does not conform to relevant

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

Codes. 10.5.8 The Actual issue and consumption of steel on work shall be regulated and proper

account maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in Clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption is less than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made.

10.5.9 Steel brought to site and steel remaining unused shall not be removed from site

without the written permission of the Engineer-in-Charge. 10.5.10 The contractor shall submit original vouchers from the manufacturer for the total

quantity of steel supplied under each consignment to be incorporated in the work. All consignment received at the work site shall be inspected by the Site staff along with the relevant documents before acceptance. The contractor shall obtain Original Vouchers and Test Certificates and furnish the same to the Engineer-in-Charge in respect of all the lots of steel brought by him from approved supplier to the site of work. The original vouchers and test certificates shall be defaced by the Site staff and kept on record in the site office.

10.5.11 Reinforcement including authorized spacer bars and lappages shall be measured in

length of different diameters as actually (not more than as specified in the drawings) used in the work nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.

10.5.12 The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD

Specifications will be considered for conversion of length of various sizes of M.S. Bars, T or Steel Bars and T.M.T. bars into Standard Weight.

Page 49: 3 NITpage1

49

10.5.13 Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The

average sectional weight for each diameter shall be arrived at from samples from each lot of steel received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be followed for determining the average sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for the purpose. The weight of steel by conversion of length of various sizes of bars based on the actual weighted average sectional weight shall be termed as Derived Actual Weight. However for the stipulated issue of steel reinforcement up to and including 10mm diameter bars, the actual weight of steel issued shall be modified to take into account the variation between the actual and the standard coefficients and the contractors’ accounts will be debited by the cost of modified quantity.

10.5.14.1 a) If the Derived Weight as in sub-para (10.4.13) above is less than the Standard

Weight as in Sub-para (10.4.12) above then the Desired Actual Weight shall be taken for payment provided, it is within the tolerances specified in IS 1786-2008, otherwise whole lot will be rejected.

b) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as per in sub-para (10.4.12) above shall be taken for payment. In such case nothing extra shall be paid for the difference between the Derived Actual Weight and the Standard Weight.

11.0 ENGAGING SPECIALISED AGENCIES FOR WORKS: - 11.1 The Contractor shall engage specialized agency unless otherwise approved by any

Government Department having adequate technical capability and experience of having executed at least one work of similar items of 80% or more magnitude or two works of similar items of aggregate value minimum 60% magnitude individually for executing the following items of the work and / or any other items of work where specialized firm is required to be engaged as per contract conditions. For determining the required magnitude, the value of the work executed may be suitably enhanced with the prevailing approved cost index.

i) Factory made Wooden Shutters of all types except Flush Doors. ii) Water proofing treatment work of all types. iii) Tubewell installations iv) Overhead Tank. v) Aluminium Work vi) Water treatment plant

11.2 The Specialized agency for the work shall be got approved from the Engineer-in-

Charge well before actual commencement of the item of work. The contractor shall submit the list of specialized agencies except for Electrical Installation, proposed to be engaged by him along with necessary performance certificates, within 30 days from the date of issue of acceptance letter to substantiate technical capability and experience of the agency for prior approval of the Engineer-in-Charge.

Page 50: 3 NITpage1

50

II - QUALITY ASSURANCE, QUALITY AUDIT AND INSPECTION: 1. Quality of works shall be the sole responsibility of the contractor through inspection

and testing by the technical staff employed by the contractor. In order to assure proper quality control over the materials and items of works, testing and inspections shall also be done by:

i) The Engineer-in-charge and/or his representative or AE[QA] of SE’s office. ii) The Third Party Inspecting Agency (TPIA) duly deputed by the department

Wherever TPIA is appearing in this document, it shall also mean Engineer-in-charge and/or his representative or AE[QA] of SE’s office.

2. The quality of the work shall be assured through routine and random testing of

materials and items of work in the field laboratory and outside laboratory. 3. The contractor shall at his own cost establish field Laboratory near to the site of work

and arrange all relevant equipments and manpower for testing of all the field tests specified in the list of tests appended herewith. This laboratory shall be headed by a graduate Civil Engineer to be employed by the contractor for this purpose. No extra payment shall be made on this account. The contractor shall ensure that all his testing equipments are calibrated periodically at least once in three months, during the tenure of the work.

4. The contractor shall at his own cost collect samples of materials and items of work for

the field tests at desired frequency and carry out the tests in the field laboratory through his technical staff and maintain proper records thereof.

5. The tests required to be conducted in outside laboratory shall be conducted in the

laboratory as approved by the Engineer-in-charge such as National Test House, Regional Research Laboratory, Regional Engineering College, laboratory of Engineering Colleges or any other laboratory.

6. The contractor shall maintain all documents of test reports/results properly and shall

hand over the same to the Engineer-in-Charge after completion of work. Engineer-in-Charge is authorized to inspect such records from time to time.

7. TPIA shall audit the method of documentation of test result/reports and its

suggestions in this regard shall be binding on the contractor. 8. The samples for tests shall be drawn in the following manner:

i) Test samples for all the field tests shall be drawn by the contractor after giving due prior intimation to the Engineer-in-Charge. These tests are specified in list of tests appended herewith wherein the frequency of the tests are also specified. The test samples of these field tests may also be additionally drawn by the TPIA at its discretion and get the same tested in the field laboratory being maintained

Page 51: 3 NITpage1

51

by the contractor who shall provide all assistance in collection, packing and transportation of samples to the laboratory.

ii) For the tests to be conducted in outside laboratory, the samples shall be drawn by

TPIA and the contractor shall provide all necessary help in collection, packing and transportation of samples to the laboratory.

iii) Tests limiting to 10% of total no. of field tests shall also be got conducted at

outside laboratory at the discretion of TPIA. Test samples in such cases shall be drawn by TPIA and the contractor shall provide all necessary help in collection, packing and transportation of samples to the laboratory. The cost of testing shall be borne by the Engineer-in-charge in case the test results are satisfactory otherwise the same shall be borne by the contractor.

9. The contractor shall also assist inspection and collection of samples by TPIA for

testing. The samples of materials/items of work required for testing by TPIA shall be provided free of charge by the contractor. The cost incurred in collection of samples and its packing & transportation to the approved lab/field laboratory shall be borne by the contractor. The cost of tests conducted in outside approved laboratory, even if the facility of testing is available in field laboratory, shall be borne by the contractor/department in the manner described below:

i) By the contractor, if the test results show that the material/items of work do not

conform to the relevant Specifications. ii) By the department, if the test results show that the material/items of work

conform to the relevant Specifications.

If testing facilities of field test of any materials are not available at field laboratory, the test sample shall be sent to approved laboratory. In such eventuality, the cost of testing shall be borne by the contractor irrespective of whether the test results are satisfactory or not. All costs related to testing of materials/items of work in the field laboratory and costs incurred in collection of such samples, its packing and transportation of samples to the laboratory shall be borne by the contractor in all cases.

10. In case the contractor or his authorized representative is not present or does not

associate himself in collection of test samples, the test results/reports of such tests and consequences thereon shall be binding on the contractor.

11. The contractor shall render all necessary help/facilities for carrying out :

(i) Inspection of works (ii) Inspection of quarries and collection of test samples there from (iii) Collection of samples of all materials brought at site (iv) Testing of all materials at field laboratory/out side laboratory approved by

Engineer-in-Charge

Page 52: 3 NITpage1

52

12. TPIA will perform testing and inspection at frequency deemed fit by it to ensure that

contractor’s quality control test results and workmanship are in order. TPIA shall also monitor contractor’s process of testing to make sure that what he is doing is adequate and uniform.

13. The contractor shall submit weekly work program to the Engineer-in-Charge in order

to enable him/ TPIA to supervise inspection of work and testing of materials. 14. TPIA will :

(i) Review all reports and records for regular field testing and other testing carried out by the contractor as per specification applicable for execution of work.

(ii) Review manufacturer’s test report/certificate for all the manufactured materials brought at site.

(iii) Randomly/routinely check the workmanship and methods adopted for completing activities of works by contractor and shall suggest remedial measures, which shall be binding on the contractor.

(iv) Shall prepare QA/QC reports for tests and inspections, the findings of which shall be binding on the contractor.

15. TPIA will also carry out quality audit of completed item of works to confirm that works

are of acceptable quality and may order rejection/rectification wherever necessary which shall be binding on the contractor.

16. The reports of inspection and test results given by TPIA shall be binding upon the

contractor. 17. The decision of the TPIA shall be final regarding acceptability of the all test results

whether relating to field tests or outside laboratory tests.

Page 53: 3 NITpage1

53

PARTICULAR SPECIFICATIONS

1.0 GENERAL (FOR PLAIN AND R.C.C.WORK):-

Page 54: 3 NITpage1

54

2.0 R.C.C. WORK:-

2.1 Design Mix Concrete 2.1.1 2.1.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has

been indicated, the same shall imply for the Design Mix Concrete. The Design Mix Concrete will be designated based on the principles given in IS: 456, 10262 & SP 23. The Conditions & Specifications stated herein shall have precedence over all conditions & specifications stated in relevant I.S. Codes / C.P.W.D. Specifications. The concrete mix shall be designed for the specified target mean compressive strength in order to ensure that work test result do not fall below the acceptance criteria specified for the concrete mix. The Contractor shall design mixes for each class of concrete indicating that the concrete ingredients and proportions will result in concrete mix meeting the requirements specified. (a) The contractor has to submit design mix without use of admixtures.

(b) Admixture may be added (by maintaining the minimum cement content as given under para- 2.1.2(e)) in case of specific technical requirement so as to meet the workability / slump requirement or for any other reason but nothing extra is to be paid to contractor on account of adding admixtures.

2.1.2 The sources of coarse aggregate, fine aggregate, water, admixture & cement to be

used in concrete work shall be identified by the contractor & he will satisfy himself regarding their conforming to the relevant specifications & their availability before getting the same approved from the Engineer-In-Charge.

(a) Coarse Aggregate : As per CPWD Specifications

(b) Fine Aggregate : As per CPWD Specifications

(c) Water : It shall conform to requirements laid down in

IS:456-2000 / Para 3.1.1 of CPWD

Specifications

(d) Cement : OPC 43 Grade conforming to IS-8112/PPC

conforming to IS-1489 (Part I)/PSC conforming

to IS- 455-1989 shall be used for design mix

concrete. However, if the contractor uses

higher grade of cement nothing extra shall be

paid.

(e) Admixture/

Plasticizer

: The admixture shall conform to IS: 9103.

Whenever required, the admixture of approved

quality & approved make only shall be used to

attain the required workability. Nothing extra on

account of use of Admixture / Plasticizer shall

be payable.

Page 55: 3 NITpage1

55

2.1.3 The Contractor shall engage approved laboratories / test house for designing the

concrete mix in accordance with relevant IS Code and to conduct laboratory tests to ensure the target strength & workability criteria for a given grade of concrete.

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the Engineer-in-charge and the samples of such aggregates sent shall be preserved at site by the department.

2.1.4 The contractor shall submit the report on design mix from any of above approved laboratories for approval of Engineer in Charge within 30 days from the date of issue of letter of acceptance of the tender. No concreting shall be done until the design mix is approved. In case of White Portland Cement and the likely use of admixtures in concrete with ordinary Portland/White Portland Cement, the contractor shall design and test the concrete mix by using trial mixes with white cement and / or admixtures also, for which nothing extra shall be payable.

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

concrete mix during the work, the contractor as per the directions of the Engineer-in-charge shall submit a revised laboratory mix design report conducted at laboratory established at site.

2.1.6 All cost of mix designing and testing, connected therewith, including charges payable

to the laboratory shall be borne by the Contractor including redesigning of the concrete mix whenever required & as directed by Engineer-In-Charge.

2.1.7 The mix design for a specified grade of concrete shall be done for a target mean

compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic compressive strength at 28 days. s = Standard deviation which depends on degree of

quality control.

The standard deviation for different grades of concrete shall be as follows: -

GRADE OF CONCRETE STANDARD DEVIATION

M-20 4.0 M-25 4.0 M-30 5.0 M-35 5.0

2.1.8 TRIAL BATCHES

(a) The designed mix proportions shall be checked for target mean compressive

strength by means of trial batches.

(b) Minimum three sets of separate preliminary tests shall be carried out for each trial batch of concrete mix. Each test shall comprise of six specimens and only one test-set of six specimens shall be made on any particular day.

Page 56: 3 NITpage1

56

(c) The quantities of materials for each trial mix shall be sufficient for at least six specimens (cubes) and the concrete required for carrying out workability tests.

(d) The workability of trial mix No.1 shall be measured and mix shall be carefully observed for freedom from segregation, bleeding and its finishing characteristics. The water content, if required, shall be adjusted corresponding to the required changes in the workability.

(e) With the modified Water Content, the mix proportions shall be recalculated by keeping with water cement ratio unchanged. The mix proportion, as modified, shall form the Trial Mix No.2 and tested for the specified strength and workability.

(f) In addition, trial mix No.3 and 4 shall be designed by keeping water contents same as that determined for trial mix 2 but varying the water cement ratio by + 10 percent of the specified value and tested for their design characteristics.

(g) 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, while the design mix shall be approved only on the basis of test strength at 28 days.

2.1.9 APPROVAL OF DESIGN MIX

The design mix shall be considered satisfactory and approved if at least three preliminary test-sets individually satisfy the following strength and workability criteria:

(a) The average strength of each test-set is not less than the specified target

mean compressive strength (Tck).

(b) The strength of any specimen cube is not less than 0.85 Tck.

(c) The concrete mix is of required degree of workability and acceptable concrete finish.

2.2 BATCHING & MIXING:-

(a) All design mix concrete shall be done using semi automatic batching plant conforming to IS: 4925 of minimum 5 cum per hour capacity. The automatic batching plant shall be charged by devices when actuated by a single starter switch, will automatically start the weighing operation of each material (i.e. stone aggregate, sand, cement, water, admixture etc.) and stop automatically when designated weight of each material has been reached and also it should have rated capacity ( in terms of concrete in a single batch). It shall have control panel for operation of the batching plant complete with computerized printing facility.

(b) The contractor shall be free to use Ready Mix Concrete (RMC) in place of Batch mix concrete at his own cost. The contractor shall ensure that transit mixtures shall transport the concrete to site. All the precautions shall be taken during the transportation and handling of concrete to achieve the desired strength, durability, etc. as envisaged in the Mix Design. Contractor has to get

Page 57: 3 NITpage1

57

the approval from Engineer-In-Charge regarding source of RMC by giving the details of such plants indicating name of owner / company, its location, technical establishment, past experience and text of Memorandum of Understanding (proposed to be entered between purchaser and supplier). The Engineer-in-Charge, after satisfying himself about quality / capability of the company shall give approval in writing (subject to drawing of MOU). The MOU shall be drawn with RMC plant owner / company and submitted to Engineer-in-Charge within a week of such approval. The contractor will not be allowed to purchase RMC without completion of above formalities for use in the project. Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner, the contractor shall be fully responsible for quality of concrete including input control, production, transportation and placement etc. The Engineer-in-Charge will reserve the right to deploy his supervisor at plant site to inspect at any such stage and reject the material / concrete etc if he is not satisfied about quality of material / product.

(c) All measuring equipment shall be maintained in a clean and serviceable condition and their accuracy shall be checked at least once a month.

(d) Only single sized good quality stone aggregate shall be brought to site of work from the approved source. The grading of the stone aggregate shall be controlled by blending the aggregate of different sizes in the required proportions at site of work

The aggregate of different sizes shall be stock-piled separately, preferably a

day before use. The grading of coarse and fine aggregates shall be checked as frequently as

possible and as directed by the Engineer-In-Charge to ensure that the specified grading and quality of aggregate is maintained.

(e) It is important to maintain the Water Cement Ratio constant at its specified or

approved value by making adjustment for the moisture contents of both fine and coarse aggregates.

The moisture contents in the aggregate shall be determined as frequently as possible in keeping with the weather conditions and as per the provisions of IS: 2386 (Part-III).

2.3 OTHER OPERATIONS: -

All other operations in concreting work like mixing, slump, laying, placing of concrete, compaction, curing etc. not mentioned in this particular specifications for Design Mix of Concrete shall be as per CPWD Specifications.

2.4 SAMPLING:-

(a) Samples from fresh concrete shall be taken as per IS 1199-1959 and the test cubes shall be made, cured and tested in accordance with IS: 516-1959.

(b) Each test sample shall comprise of six test cubes (specimen), three of which shall be tested at 7 days and remaining for tests at 28 days.

Page 58: 3 NITpage1

58

(c) FREQUENCY OF SAMPLING: -

(i) A random sampling procedure shall be adopted to ensure that the sampling is spread over the entire period of concreting and cover all mixing units. The concrete work shall be notionally divided into lots as under for the purpose of sampling conditions.

-- Footings, rafts etc. -- Columns and walls at all levels.

-- Beams at all levels. -- Slabs at all levels.

(ii) At least one test sample shall be taken for each lot of concrete work.

(iii) Each grade of concrete shall form different lot for testing.

(iv) The minimum frequency of sampling of concrete of each grade shall be in accordance with CPWD specification 2009, Vol.- I with upto date correction slips:-

(v) The concrete work shall be assessed on day to day basis & samples shall be takenas specified.

(vi) Work strength test shall be conducted in accordance with IS: 516 on random sampling.

2.4.1 TEST RESULTS OF SAMPLES: - The test results of the sample shall be the average of the strength of three

specimens. The individual variation shall not be more than + 15% percent of the average. If variation is more, the test results shall be treated as invalid. 90% of the total tests shall be done at the laboratory established at site by the contractor and remaining 10% in any other laboratory as directed by the Engineer-in-Charge.

2.4.2STANDARD OF ACCEPTANCE: -

i) In case the test results of all the samples are above the characteristic compressive strength, the concrete shall be accepted.

ii) In case the test result of one or more samples fails to meet the requirement (i) above, it shall be accepted if it meets the requirement as laid down in CPWD Specification.

iii) Concrete of each grade shall be assessed separately.

iv) Concrete is liable to be rejected, if it is porous or honeycombed or its placing has been interrupted without providing a proper construction joint or the reinforcement has been displaced beyond the tolerances specified, or construction tolerances have not been met.

Page 59: 3 NITpage1

59

2.5 MEASUREMENT –

(i) As per CPWD Specifications.

(ii) In respect of all projected slabs at all levels including cantilever, canopy, the payment for the RCC work shall be made under the item RCC slabs. The payment for shuttering at the edges shall be made under item of centering and shuttering for RCC slabs. Nothing extra shall be paid for the side shuttering at the edge of these projected balconies / projected verandah slabs.

2.6 TOLERANCES - As per CPWD Specifications. 2.7 RATES: -

(i) The rate includes the cost of materials, labour and T&P, including mixing, placing, transportation involved in all the operations described above except for the cost of centring, shuttering & reinforcement which will be paid for separately.

(ii) In case of rejection of concrete on account of unacceptable compressive strength, governed by para “Standard of Acceptance” as above, the work for which samples have failed shall be redone at the cost of contractor. However, the Engineer-in-charge may order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on structure or part of structure, etc) to be carried out at the cost of contractor to ascertain if the portion of structure wherein concrete represented by the sample has been used, can be retained on the basis of results of individual or combination of these tests. The Contractor shall take remedial measures necessary to retain the structure as approved by the Engineer-in-charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be governed by the 28 days cube test results and reduced rates shall be regulated in accordance with CPWD Specifications.

2.8 R C C WORK (ORDINARY) 2.8.1 The work shall be done in accordance with CPWD Specifications. 2.8.2 Water Cement ratio for Ordinary RCC work shall not be more than 0.5. Contractor

shall use concrete mixture of proper design having arrangement for measuring water for mixing of concrete.

2.9 FORM WORK 2.9.1 The work shall be done in general as per CPWD Specifications. 2.9.2 Only M.S. centring / shuttering and scaffolding material unless & otherwise specified

shall be used for all R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in exceptional cases as per site requirement may be used on specific request from contractor to be approved by the Engineer-in-Charge.

2.9.3 Nothing extra shall be paid for the centering and shuttering, circular in shape whenever the formwork is having a mean radius exceeding 6m in plan.

Page 60: 3 NITpage1

60

2.9.4 Nothing extra shall be paid for grid beams and the corresponding slabs having clear

span more than 1.20 metres. 2.9.5 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 R.C.C. shall be accordingly adjusted at the time of its centring, shuttering and casting for which nothing extra shall be paid to the Contractor.

As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm or as required, lower than general floors shuttering should be adjusted accordingly. Nothing extra is payable on this account.

2.9.6 Steel shuttering as approved by the Engineer-in-Charge shall be used by the

contractor. Minimum size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces are required to complete the shuttering panels.

Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed to be used on the work.

The shuttering plates shall be cleaned properly with electrically driven sanders to remove any cement slurry or cement mortar or rust. Proper shuttering oil or de-bonding compound shall be applied on the surface of the shuttering plates in the requisite quantity before assembly of steel reinforcement.

2.10 REINFORCEMENT:- 2.10.1 The reinforcement shall be done as per CPWD Specifications. 2.10.2 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.

2.10.3 The contractor shall provide approved type of support for maintaining the bars in

position and ensuring required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate positioning of reinforcement. Spacer blocks shall be cast well in advance with approved proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. or approved equivalent) of high early strength and same colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

Page 61: 3 NITpage1

61

2.11 PRE-CAST RCC WORK 2.11.1 The work shall be done in accordance with CPWD Specifications. 2.11.2 Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision

shall be made in the mould to accommodate fixing devices such as hooks etc. and forming of notches and holes. Each unit shall be cast in one operation. A sample of the unit shall be got approved from Engineer-in-charge before taking up the work.

2.11.3 Pre-cast units shall be clearly marked to indicate the top of member and its location. 2.11.4 Pre-cast units shall be stored, transported and placed in position in such a manner

that these are not damaged. 2.11.5 The compaction of the concrete shall be done by vibrating, table or external vibrator,

as approved by Engineer-in-charge. The rate quoted for the item shall include the element for framework and mechanical vibration.

2.11.6 Rate for item includes cost of all materials. labour, and all operations involved. Cost

of M.S. frames, lugs including their welding, lifting hooks is also included. 3.0 BRICK WORK:- 3.1 The brickwork shall be carried out with good quality well burnt locally available

bricksof size 250mmx125mmx75mm of class designation 75 as per CPWD Specifications. (Note:-Tolerance ± limit prescribed for dimension test shall be applicable on above mentioned standard size of brick.)

3.2 The rate shall also include for leaving chases / notches for dowels / cramps for all

kinds of cladding to come over brick work. 3.3 Brick work provided around shaft or lift walls or around slab cutouts shall be

measured in the brick for corresponding floor level. Nothing extra shall be paid on this account.

3.4 M.S. bar provided at every third course of half brick masonry shall be in single piece.

If required, welding joint can be used without overlaps. Nothing extra shall be paid for welding and overlaps.

4.0 STONE / MARBLE WORK :- 4.1 General: -The execution of stones work shall be in general as per CPWD

Specifications. 4.2 SAMPLES FOR STONE WORK:-

Samples of each item of stone work either individually or in combination shall be prepared for approval of Engineer-in-charge before commencement of work.

Page 62: 3 NITpage1

62

5.0 WOOD WORK:- 5.1 The wood work in general shall be carried out as per CPWD Specifications. 5.2 The sample of timber to be used shall be deposited by the contractor with Engineer-

in-charge before commencement of work. 5.3 Glazing for toilets shall be of translucent type. 5.4 The shape and size of beading shall be as per drawings. The joints of beading shall

be mitred. 5.5 Timber shall be of specified species, good quality and well seasoned. It shall have

uniform colour, reasonably straight grains and shall be free from knots, cracks, shakes and sapwood. It shall be close grained. The contractor shall deposit the samples of species of timber to be used with the Engineer-in-Charge for testing before commencement of the work.

5.6 Wood work shall not be painted, oiled or otherwise treated before it has been

approved by the Engineer-in-charge. 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 coaltar.

5.7 The contractor(s) shall produce cash voucher and certificates from approved Kiln

Seasoning Plants about the timber used on the work having been kiln seasoned and chemically treated by them, falling which it would not be so accepted as kiln seasoned and/or chemically treated.

5.8 Transparent sheet glass conforming to IS: 2835 – 1977 shall be used. Thickness

being governed as under unless otherwise specified in the item in wood work/steel work:

Area of Glazing Thickness

(a) For glazing area up to 0.50 sqm 4.0 mm (b) For glazing area more than 0.50 sqm 5.5 mm

5.9 Factory made panelled / wire gauge door shutters 5.10 The work shall be executed through specialized agencies to be approved by the

Engineer in Charge. 5.11 The shutters should be fabricated in factories & fabrication should conform to CPWD

Specifications Para 9.6.6 & IS 1003 Part-I. 5.12 The contractor shall propose well in advance to Engineer-in-Charge, the names and

address of the factory where from the contractor intends to get the shutters manufactured along with the credential of the firm. The contractor shall place the order for manufacturing of shutters only after obtaining approval of the Engineer in Charge whose decision in this case shall be final & binding. In case the firm is not

Page 63: 3 NITpage1

63

found suitable he shall propose another factory. The factory may also be inspected by a group of officers before granting approval; shutters shall however he accepted only if these meet the specified test.

5.13 Contractor will arrange stage wise inspection of the shutters at factory by the

Engineer-in-Charge or his authorized representative. The contractor will have no claim if the shutters brought at site in part or full lot are rejected by the Engineer-in-Charge due to bad workmanship / quality. Such defective shutters will not be measured and paid. The contractor shall remove the same from the site of work within 7 days after the written instruction in this regard are issued by the Engineer-in-Charge.

5.14 The shutters should be brought at site without primer / painting. 6.0 STEEL WORK:- 6.1 The work shall be carried out as per CPWD Specifications. 6.2 Pressed Steel Frame / T Iron Frames: - The work shall be done as per CPWD

Specifications. The frames shall be fabricated in approved workshops. The angle and flat iron frames for cupboard shall also be fabricated from the above approved workshops.

6.3 Steel windows / ventilators: The work shall be done strictly as per CPWD

Specifications. Flash butt-welded steel windows / ventilators only shall be provided and shall be procured from the approved manufacturers. The corners should be welded to form a solid fused welded joint conforming to the requirement given below.

a) Weld shall be made all along the place of meeting the member.

b) Weld should be properly grounded.

c) Complete cross section of the corner shall form a solid joint with no cavities, free from cracks, under cutting, overlaps, gross porosity and entrapped slag.

All sub dividing and glazing bars shall be tennoned & riveted into the frames i.e. all centre mullion section F4B and glazing section T2, T6 shall not be directly welded to the frames. For this a slot has to be cut in the frames, the F4B / T2 / T6 section inserted into it & head be hydraulically tennoned & riveted by Tennon Rivetting Machine. The thickness of projecting type hinges shall not be less than 3.15 mm. For fixing of hinges to outer frame, slot shall be cut, hinges inserted & welded at the back. For non projected type hinges if allowed, the wall thickness shall not be less than 3 mm & total width not less than 40 mm. For fixing, the slot shall be cut in the fixed frames, hinge flap inserted & welded from the back. The fixing lug shall be as per IS 1038 with adjustable slot & fixed to window frames by screws & nuts. The fixing of unit shall be done as per IS 1081.

Page 64: 3 NITpage1

64

6.4 M.S. Sheet Door – M.S Sheet shall be in one piece i.e. no joint in M.S. Sheet shall

be permitted. 7.0 FLOORING:- 7.1 All work in general shall be carried out as per CPWD Specifications. 7.2 Whenever flooring is to be done in patterns of tiles and stones, the contractor shall

get samples of each pattern laid and approved by the Engineer-in-charge before final laying of such flooring. Nothing extra shall be payable on this account.

7.3 Different stones / tiles used in pattern flooring shall be measured separately as

defined in the nomenclature of the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate. No additional wastage, if any, shall be accounted for any extra payment.

7.4 Samples of flooring stones (Kota/ Marble/ Granite etc.) shall be deposited well in

advance with 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 shall be made for these samples.

7.5 The Marble/ Kota/ Granite or any other stone shall be fully supported by the details

establishing the quarry and its location. 7.6 Full width Marble/ Kota/ Granite stone over kitchen platform shall be provided which

shall not be less than 900mm long except to adjust for closing pieces. The marble / stone flooring in treads and risers of staircase shall not be less than 1500mm long except to adjust the closing pieces. Nothing extra shall be paid on these accounts.

7.7 Precast Terrazo Tile Flooring

The tiles shall be procured from the manufacturer as approved by the Engineer-in-Charge. The tiles of 250 x 250 x 22 mm size shall be used & sample of tiles shall be got approved from the Engineer-in-Charge.

7.8 Ceramic Tiles Flooring

The tiles shall be procured from the approved manufacture of the approved shade & colour. The tile shall be conforming to IS-13755 & IS-13753 for floor and wall tiles respectively.

Page 65: 3 NITpage1

65

Tiles for dado shall be 200mm x 300mm (minimum size) GROUP-III as approved. Tiles for flooring shall be 300mm x 300mm (minimum size) GROUP-V Tiles as approved. Test shall be conducted to satisfy the quality of material as per CPWD Specifications

7.9 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and nothing extra on this account is admissible. The proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard, etc. as per the directions of Engineer-in-charge.

8.0 WATER PROOFING FOR SUNKEN FLOORS:- 8.1 The work shall be got executed from the specialized agency as approved by the

Engineer in Charge. 8.2 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.

8.3 The finished surface after water proofing treatment shall have adequate smooth slope

as per the direction of the Engineer-in-charge. 8.4 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 chased and rounded off properly for easy flow of water.

8.5 GUARANTEE BOND:-

Ten years Guarantee bond in prescribed proforma shall be submitted by the contractor which shall also be signed by both the specialized agency and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility about efficiency of water proofing treatment shall rest with the building contractor. (Ten per cent) of the cost of water-proofing work shall be retained as Security Deposit and the amount so deducted would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the treatment is found satisfactory. If any defect is noticed during the guarantee period, the contractor shall rectify it within 15 days of receipt of intimation of defects in the work. If the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of contractor.

Page 66: 3 NITpage1

66

9.0. FINISHING:- 9.1 The work shall be done in accordance with CPWD Specifications. 9.2 All painting material of approved brand and manufacturer shall be 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 30 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.

10.0 SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:- 10.1 The contractor 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.

10.2 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.

10.3 The work in general shall be carried out as per CPWD Specifications. 10.4 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.

10.5 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.

10.6 The pig lead to be used in the jointing should be as per CPWD specifications.

a) 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.

b) Nothing extra for providing and fixing CP brass caps/ extension pieces wherever required for CP brass fittings shall be paid beyond the rates payable for corresponding CP brass fittings.

10.7 The pig lead to be used in jointing should be as per C.P.W.D. Specifications. 10.8 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.

10.9.1 The entire responsibility for the quality of work will however rest with the building contractor only and he shall submit a Guarantee Bond as per prescribed proforma

Page 67: 3 NITpage1

67

10% (ten percent) of the cost of these items would be retained as security deposit and the amount so deducted would be released after two years from the date of completion of the entire work under the agreement, if the performance of the items is found satisfactory. 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. However, this security deposit can be released in full if bank guarantee of equivalent amount is produced and deposited with the department.

11.0 Aluminium doors, windows, ventilators etc. glazing specifications 11.1 Extent and Intent: -The work shall be carried out through an approved Special

Agency, who shall furnish all material, labour, accessories, equipment, tool and plants and incidentals required for providing and installing anodized aluminium doors, windows, claddings, louvers and other items as called for on the drawings. The drawings and specifications cover the major requirements only. The supplying of additional fastenings, accessories, fixtures and other items not mentioned specifically herein, but which are necessary to make a complete installation shall be a part of this contract.

11.2 General: - Aluminium doors, windows etc. shall be of sizes, section details as

shown on the Architectural drawings. The details shown on the drawings indicate generally the sizes of the component parts and general standards. These may be varied slightly to suit the standard adopted by the manufacturers. Before proceeding with any manufacturing, the contractor shall prepare and submit complete manufacturing and installation drawings for approval of the Engineer-in-Charge and no work shall be performed until the approval of these drawings is obtained.

11.3 Shop Drawings: - The contractor shall submit the shop drawings of doors,

windows, louvers, cladding and other aluminium work, based on the architectural drawings to the Engineer-in-Charge for his approval. The shop drawing shall show full size sections of doors, windows etc. thickness of metal (i.e. wall thickness) details of construction, sub frame/rough ground profile, anchoring details hardware as well as connection of windows, doors and other metal work to adjacent work. Samples of all joints and methods of fastening and joining shall be submitted to the Engineer-in-Charge for approval well in advance of commencing the work.

11.4. Samples: - Samples of doors, windows louvers etc. shall be fabricated, assembled

and submitted to Engineer-in-Charge for his approval. They shall be of sizes, types etc. as decided by Engineer-in-Charge. All samples shall be provided at the cost of the contractor.

11.5. Sections: - Aluminium doors and windows shall be fabricated from extruded

sections of profiles as detailed on drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-Charge. The aluminium extruded sections shall conform to BIS designation IIE/IIV 9 WP alloy, with chemical composition technical properties, as per IS: 733 and IS: ------------------85. The

Page 68: 3 NITpage1

68

permissible tolerance of the extruded sections shall be such as not to impair the proper and smooth function/ operations and appearance of doors and windows.

11.6 Fabrication: -Doors, windows etc. shall be fabricated to sizes at factory and shall be

of section, sizes, combinations and details as shown on the drawings. All doors, windows etc. shall have mechanical joints. The joints shall be designed to withstand a wind load of 150 Kg. Per Sqm. The design shall also incur that the maximum deflection of any member shall not exceed 1/175 of the span of the member. All members shall be accurately machined and fitted to form hairline joints prior to assembly. The joints accessories such as cleats, brackets etc. shall be of such material as not to cause any bimetallic action. The design of the joints and accessories shall be such that the accessories are fully concealed. The fabrication of doors, windows, etc. shall be done in suitable sections to facilitate easy transportation, handling and installation. Adequate provision shall be made in the door and window members for anchoring to support and fixing of hardware and other fixture as approved by the Architect.

11.7 Anodizing: - All aluminium sections shall be anodized as per IS: 7088 and to

required colour as specified in the item as per IS: 1868 grading as specified in item schedule after cutting the member to requisite sizes before the final assembly. Anodizing confirming to specified grade with minimum average thickness of 15 microns when measured as per IS: 612. The anodic coating shall be properly sealed by steams or in boiling water are cold sealing process as per IS:1868/IS: 6057. Polythene tape protection shall be applied on the anodised section before they are brought to site. All care shall be taken to ensure surface protection during transportation, storage at site and installation. The tape protection shall be removed on installation. The sample will be tested in the approved laboratory and cost of samples; cost of testing etc. shall be borne by the contractor.

11.8 Protection of finish: - All aluminium members shall be wrapped with approved self-

adhesive non-staining. PVC tapes. 11.9 Handling and Stacking: - 11.9.1 Fabricated materials shall be carried in an approved manner to protect the material

against any damage during transportation. The loading and unloading shall be carried out with utmost care. On receipt of material at site, it shall be carefully examined to detect any damaged pieces. Arrangements shall be made for expeditious replacement of damaged pieces/ parts. Materials found to be acceptable on inspections shall be repacked in crates and stored safely.

11.9.2 In the case of composite windows and doors, the different units are to be assembled

first. The assembled composite units should be checked for line, level and plumb before final fixing is done. Units may be serial numbered and identified as out how to be assembled in their final locations if situation so warrants.

11.9.3 The contractor shall be responsible for assembling composite, bedding and filling the

grove with polysulphide sealant inside and outside, at transoms and mullions placing

Page 69: 3 NITpage1

69

the doors, windows etc. in their respective openings. After the doors/ windows have been fixed in their correct assigned position, the open hollow sections abutting masonry concrete shall be fitted with approved polysulphide sealant densely packed and finished neat.

11.9.4 The contractor shall be responsible for doors, windows, etc. being set straight, plumb,

level and for their satisfactory operation after fixing is complete. 11.10 Installation: - 11.10.1 Just prior to installation the doors, windows, etc. shall be uncreated and stacked on

edge on level bearers and supported evenly. The frame shall be fixed into position true to line and level using adequate number of expansion machine bolts, anchor fasteners, of approved size and manufacture and in an approved manner. The holes in concrete/masonry members for housing anchor bolts shall be drilled with an electric drill.

11.10.2 The door/ windows assembled as shown on drawings shall be placed in correct final

position on the opening and marks made on concrete members at jambs, sills and heads against the holes provided in frames for anchoring. The frame shall then be removed from the opening and laid aside. Neat holes with parallel sides of appropriate size shall then be drilled in the concrete members with an electric drill at the marking to house the expansion blots. The expansion bolts shall then be inserted in the holes, struck with a light hammer till the nut is forced into the anchor shell. The frame shall then be placed in final position in the opening and anchored to the support thought cadmium plated machine screws of required size and anchored to the support through cadmium plated machine screws of required size threaded to expansion bolts. The frame shall be set in the opening by using wooden wedges at supports and be plumbed in position. The wedges shall invariably be placed at the meeting at points of glazing bars and frame.

11.11 VC/ Neoprene gaskets:- The contractor shall provide and install PVC/ Neoprene

gaskets of approved size and profile at all locations as shown and as called for to render the doors, windows etc. absolutely air tight and weather tight. The contractor shall produce samples of the gaskets for approval and shall procure the same after approval only.

11.12 Fittings: - Hinges, stays, handles, tower bolts, locks and other fittings shall be of

quality and manufacturer as approved by the Engineer-in-Charge. 11.13 Manufacturer’s Attendance: - The manufacturer immediately prior to the

commencement of glazing shall adjust and set all windows and doors and accept responsibility for the satisfactory working of the opening frames.

11.14 Poly-sulphide: -The gaps between frames and supports and also any gaps in the

door and windows sections shall be raked out as directed and filled with poly-sulphide of approved colour and make to ensure complete water tightness. The poly-sulphide shall be of such colour and composition that it would not stain the masonry/concrete

Page 70: 3 NITpage1

70

work, shall receive paint without bleeding, will not sag or run and shall not set hard or dry out under any conditions of weather. The sample of poly-sulphide to be used for this purpose shall be got approved from the architect before its actual use.

11.15 Details of Test: - 11.15.1 The various tests on aluminium sections shall be conduced in accordance with the

relevant IS codes. 11.15.2 The minimum number of tests for anodizing and corrosion resistance shall be as

given below: -

Sl No.

Details No. of Tests

1. Doors, windows and ventilators

One test for every 1000 kg or part thereof.

11.15.3 The samples of major member of each unit of doors/ windows shall be selected at

random by Engineer-in-Charge as such that all the aluminium section shall be got tested.

11.16 Acceptance Criteria: - The aluminium work shall carry two years guarantee after

completion of work against unsound material, workmanship and defective anodizing/ powder coating as per guarantee bond. Five years guarantee in prescribed Performa attached under sheet VI-15 must be given by the specified firm, which shall be counter signed by the contractor, in token of his overall responsibility. 10% (ten percent) of the cost of these items would be retained as security deposit and the amount so deducted would be released after two years from the date of completion of the entire work under the agreement, if the performance of the items is found satisfactory. 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. However, this security deposit can be released in full if bank guarantee of equivalent amount is produced and deposited with the department.

11.17 Rates: - 11.17.1 The rates of the item shall include the cost of materials, labour required in all the

above operations. 11.17.2 The rates include the cost of hinges/ pivots and rest of the fittings shall be paid

separately.

12.0 EARTH WORK IN EMBANKMENT 12.1 Cleaning the site before starting the work: Dressing by cutting, cleaning and

removing vegetation, shrubs, bamboo cluster or any undesirable vegetation upto a distance of 3 metres on either side of each row of security fencing and/or 1.5 metre from the toe of embankment to be constructed for fencing.

Page 71: 3 NITpage1

71

12.2 Setting out of the work:

12.2.1 Site clearance, setting out and making profiles: These shall be done as specified in para 2.4 & 2.5.1 of CPWD Specifications 2009 (Vol.-I & II).

The toe lines of the embankment shall be marked by pegs driven into the ground at 15 meters intervals and by continuous picking (dag-bailings) to indicate the limits of the side slopes. Bamboo and string profiles shall be erected at every 60 m intervals in straight reaches and 15 m apart in curved portions.

12.2.2 Master/ Temporary Pillars: The contractor must erect temporary pillars, master pillars etc. at his own cost before start of the work in suitable places in as many numbers as may be required & as may be directed by the Engineer-in-charge. The departmental staff with the help of such temporary/master pillars etc shall check all important levels and finalise alignment during progress of the work. Contractor shall maintain and protect those pillars till the completion of the work. All such work including the temporary/ master pillars and the petty and sundry material like pegs, strings, nails, instrument, etc. and also skilled labour required for setting out the level and alignment shall be provided by the contractor, cost of which is deemed to have been included in the rates quoted and nothing extra shall be payable to the contractor.

12.2.3 Responsibility for levels, position, dimensions and alignment: The contractor shall be responsible for setting out the work, correctness of levels, dimensions and alignment. If any error appear or arise during the progress of the work in respect of level, position, dimensions and alignment, the contractor shall at his own cost rectify such defects forthwith to the satisfaction of the Engineer-in-Charge or his authorized representative. This stipulation is made in addition to para-2.5.1 of CPWD Specification 2009 (Vol.-I) with up to date correction slips.

12.2.4 Initial & Final Levels, quantity of earth for Payment: Before start of the earthwork over the existing road/ embankment/ natural ground, initial level of the existing road /embankment/natural ground will be recorded as per Para 2.5.2 of CPWD Specifications 2009 Vol.-I. After the completion of the earthwork/embankment, the final level of the earth embankment will be recorded. On the basis of final & initial levels recorded, the quantity of earth shall be worked out. Based on the quantity so worked out, payment shall be

done under relevant item after making deduction, as per relevant specification, due to voids.

12.3 Quality of Earth in Embankment:

12.3.1 Proctor Dry Density, Liquid Limit & Plasticity Index: The embankment shall be of good quality earth having a minimum modified Proctor dry density of 1.52g/cu cm. The liquid limit of earth shall be not less than 14% and not more than 70% and Plasticity Index shall be not less than 4 and not more than 45. The Engineer-in-charge may relax these conditions taking into account availability of materials for construction & other relevant factors.

Page 72: 3 NITpage1

72

12.3.2 Expansive Clays: Highly expansive clays (having free swelling index more than 50%), exhibiting marked swell & shrinkage properties shall not be used in embankment as fill material.

12.4 Source of Earth to be got approved in advance:

12.4.1 Contractor to Conduct Tests Firston Earth Samples taken from source and satisfy himself beforehand regarding suitability of quality of earth at the first instance. Only thereafter, he should indicate the source/ quarry/ quarries from where earth is to be brought.

12.4.2 Source shall be got approved from Engineer-in-charge by the contractor. He shall be permitted to use earth from the source/ quarry/ quarries only after testing the suitability of earth for embankment & binding material. Representative samples of soil from each of the quarry shall be collected before start of earth work and shall be got tested for the tests specified in the appended List of Tests. Any earth drawn from any source other than approved by Engineer in Charge shall

not be accepted & shall have to be removed by the contractor from the site of work

at his own cost.

12.5 Subgrade:

12.5.1 The top of the embankment up to a depth of 500 mm over the entire width and/or directly supporting the road/ cement concrete pavement is termed as ‘sub-grade’. While preparing the sub-grade, the earth used for embankment shall be of good quality in order to achieve the compaction of 97% of Modified Procter dry density.

12.6 Laying and Compaction of Earthwork in Embankment: Earthwork in Embankment shall not proceed unless & until each of the compacted

layers, including the foundations for embankment has been inspected & approved

by the Engineer-in-charge.

12.6.1 Each Embankment layer to be of 200 mm loose thickness and compacted using road roller. The material shall be spread in uniform thickness over the entire width of the embankment & laid in layers not exceeding 200-mm loose thickness. Each layer shall be continuous and parallel to the finished grade. The placing of earth shall be done in full width of embankment including slopes and the section of ground shall be kept slightly slopping away from the shoulder of road embankment to avoid ground of pools of water during rain.

Where the width of widened portions is insufficient to permit the use of vibratory

road rollers, compaction shall be carried out with the help of small vibratory rollers/

plate compactors/ power rammers or any other appropriate equipment approved by

Engineer-in-Charge but in no case lesser compaction than specified shall be

permitted.

12.6.2 Organic or Foreign Matter in Earthwork: Organic matter of any kind or any other foreign matter, which in the opinion of the Engineer-in-charge is likely to deteriorate

Page 73: 3 NITpage1

73

or affect the stability of the embankment, shall be removed and disposed off as directed by the Engineer-in-charge.

12.6.3 Moisture content of earth shall be checked at the site of placement prior to commencement of compaction. If moisture content is found other than the specified limit, same shall be made good.

In such conditions, where water is required to be added, water shall be sprinkled with the help of water sprinkler. The water shall be added uniformly and thoroughly mixed in soil by blading, discing or harrowing until a uniform moisture content is obtained through out the depth of layer.

If the earth delivered is too wet, it shall be dried by aeration and exposure to sun till moisture content is acceptable for compaction. In the circumstances where moisture content can not be reduced due to wet weather the compaction work shall be suspended for that period.

12.6.4 Placement of Upper Layer over Compacted Layer shall not be done until the next below under-layer has been thoroughly compacted as specified and approved by Engineer-in-charge regarding its thorough compaction obtained in writing. Before placing the upper-layer the surface of the under-layer shall be moistened and scarified with pick-axes so as to provide a satisfactory bond between the two layers.

12.6.5 Limitation on size of Clods: All clods shall be broken to have maximum size of 75mm when being placed in lower layers of the embankment. The size of clods in sub grade shall, however, not exceed 50mm.

12.6.6 If density measurements reveal that specified density has not been achieved in the layer of embankment/sub-grade/earthen shoulders, further compaction shall be carried out as directed by the Engineer-in-Charge. If in spite of that, specific compaction is not achieved, materials in that specific area to be removed and replaced with approved material compacted to the density requirement and satisfaction of Engineer-in-Charge. No extra payment shall be made on this account.

12.6.7 Log book shall be maintained by the contractor or his authorized representative for recording the hours of daily work on daily basis for each road roller arranged, which will be attested by the Junior Engineer in charge of the work. The attestation of the Junior Engineer shall be final and binding.

12.6.8 The systematic record of the frequent tests shall be maintained by the technical staff employed by the contractor in the field laboratory to control compaction in the field i/c moisture content & density determinations as specified in CPWD Specifications in the manner as approved by the Engineer-in-charge.

12.6.9 The subgrade in the earthen embankment shall be finished up to bottom level of road /CC pavement. Before starting with WBM/CC pavement construction, necessary arrangement shall be made for lateral confinement of aggregate/concrete. The lateral confinement shall be achieved by constructing side

Page 74: 3 NITpage1

74

shoulder in advance to a compacted layer of the WBM course/CC pavement as shown in Fig. 16.1 of CPWD Specifications (Vol.-II)-2009.

12.6.10 Vibratory Road Roller shall be understood whenever stated as Road Roller/Power road roller.

12.7 Joining of old and new embankments:

12.7.1 Joining along the same axisof embankment shall be done by stepping in an overall slope of 1 vertical: 5 horizontal. Where the embankment is to be placed against slopping ground the latter shall be appropriately benched or ploughed as per the directions of the Engineer-in-charge.

12.7.2 Joining while widening existing embankment and /or sub-grade when its slope is steeper than 1 vertical in 4 horizontal, continuous horizontal benches each at least 300 mm wide, shall be cut into the old slope for each layer for ensuring adequate bond with fresh embankment. The material obtained from cutting of benches could be utilised in widening of embankment.

12.8 Achieving Undulation free and levelled Compacted Surface:

12.8.1 Earth filling height to be pre-formed in different sections with no undulations. In the longitudinal section of the embankment also, there should not be any undulations.

12.8.2 Cross fall of top of the embankment and side berms shall be maintained at all times during construction such that it will shed water & prevent flooding.

12.8.3 Dressing of Berms & side slopes of the embankment shall conform to the alignment, levels, cross sections, dimensions shown on the drawings or as directed by the Engineer-in-charge.

12.9 Repairing of damages caused by rain/spillage of water:

12.9.1 The soil in affected portion shall be removed in such area as directed by Engineer-in-Charge before next layer is laid and refilled in layers and compacted using mechanical means such as small vibratory roller, plate compactor or power rammer to achieve the required density. If the cut is not sufficiently wide for use of required mechanical means for compaction, the same shall be widened suitably to permit their use for proper compaction. The test shall be carried out as directed by Engineer-in-Charge to ascertain the density requirement of repaired area. For repair of damage nothing extra is payable.

12.9.2 To save the earthen embankment or any other component of this work or adjoining work from damage due to accumulation of water resulting from rain, floods, springs, etc, if it become necessary in the opinion of the Engineer in charge, the contractor shall have to make suitable arrangement to drain off accumulated water & nothing extra whatsoever shall be paid on this account.

Page 75: 3 NITpage1

75

12.10 Sequence of Earth Work on the ground:

(i) Filling of earth on the land little less than the desired formation level where structures are to be erected.

(ii) Compaction of earth in layers at OMC condition as per CPWD Specification.

(iii) Excavation of foundation in the formation ground.

(iv) Excavated earth to be used for back filling, plinth filling, floor filling etc.Excess excavated earth to be used for increasing ground level to the desired formation level.

13.0 Water Bound Macadam:

13.1 Water bound macadam (WBM) shall consist of clean crushed aggregates mechanically interlocked by rolling & bonded together using screenings and binding material with water. WBM shall be laid on a properly consolidated sub-grade in one or more layers as may be specified and finished in accordance with the requirements of applicable specifications. The work shall be carried out in close conformity with the lines, grades, cross falls and thickness as specified and as directed by Engineer-in charge. Before starting with WBM construction, lateral confinement for coarse aggregate shall be ensured by making earthen side shoulders of thickness equal to the compacted layer of the WBM course .

13.2 Coarse Aggregate. 13.2.1 Grading requirement of coarse aggregate shall be as specified in Table -16.2 on

Page -645 of CPWD Specification 2009 (Vol.-II):

Table-1

Grading No

Size Range Sieve Designation % by weight

passing the sieve

1 90mm to 45mm

125mm 90mm 63mm 45mm

22.4mm

100 90-100 25-60 0-15 0-5

2 63mm to 45mm

90mm 63mm 53mm 45mm

22.4mm

100 90-100 25-75 0-15 0-5

3 53mm to 22.4mm

63mm 53mm 45mm

22.4mm 11.2mm

100 95-100 65-90 0-10 0-5

Page 76: 3 NITpage1

76

NOTE: Compacted thickness for WBM layer with coarse aggregate of grading No.1 shall

be 100mm while the compacted thickness of layer with grading Nos. 2 & 3 shall be 75mm.

13.2.2 Physical requirement of coarse aggregate shall be as specified in Table -16.1 on

Page-645 of CPWD Specification 2009 of Vol.-I&II. TABLE-2

Sl. No.

Type of Constructio

n

Test for W.B.M. Test method Requirements

1. Sub-base Los Angeles Abrasion value* or Aggregate impact

value.*

IS: 2386(Pt.-IV)

IS: 2386(Pt.-

IV)

60% max.

50% max.

2. Base a) Los Angeles Abrasion value*

or Aggregate

impact value.* b)Flakiness

index.

IS: 2386(Pt.-IV)

IS: 2386(Pt.-IV)

IS: 2386(Pt.-I)

*50% max

40% max **15%max

3. Surface Course

a) Los Angeles Abrasion value*

or Aggregate

impact value * b) Flakiness

Index.

IS:2386(Pt.-IV)

IS:2386(Pt.-IV) IS:2386 (Pt.-I)

40%

30% **15%

* Aggregates may satisfy requirements of either of the two tests. ** The requirement of flakiness index shall be enforced only in case of crushed/

broken stone and crushed slag.

13.3 Screening 13.3.1 Screening shall be as specified in Table -16-9 at Page -650 CPWD Specification

2009 Vol.-II:

Page 77: 3 NITpage1

77

Table-3

Grading Classification

Size of screenings

Sieve Designation

% by weight passing the

sieve

A 13.2mm

13.2mm 11.2mm 5.6mm

180micron

100 95-100 15-35 0-10

B 11.2mm 11.2mm 5.6mm

180micron

100 90-100 15-35

13.3.2 Generally screening of type A in Table -3 shall be used in

conjunction with coarse aggregate of grading-1 in Table -1 and type B with coarse aggregate of grading 3. With coarse aggregate of grading 2, type A screening may be used.

13.3.3 Screening shall be collected at site only after the arrangement have

been made for laying WBM. For the screening collected at site, intermediate payments as laid down shall be made only after the sub –grade has been consolidated with road roller & payment made for preparation of sub-grade.

13.4 Binding Material:

13.4.1 Binding material to prevent ravelling of WBM shall be a suitable material approved by the Engineer-in-charge having a plasticity Index value of 4 to 9 as determined in accordance with IS:2720(Part-V). Cost of binding material is included in the rates of the respective items and no separate payment shall be made towards its cost, collection charges & its use as binding material.

13.4.2 If binding material of suitable Plasticity Index is not available, it shall be obtained by premixing of available soil with suitable material approved by the Engineer-in-charge in the proportion, to be pre-determined by laboratory tests to achieve the requisite Plasticity Index. No extra payment shall be made for the quantity of the material mixed in the available soil for preparing the binding material. Neither any payment shall be made for the available soil nor for the operation involved in premixing available soil with any other material for obtaining binding material of requisite Plasticity Index.

13.4.3 Quantities of Material:

Page 78: 3 NITpage1

78

13.4.4 Quantities of coarse aggregate & screening required to be stacked for WBM for 10sqm shall be as per Table -4

Table-4 Coarse aggregate Stone screening

Classification Size Range Compacted thickness

Net Quantity

Grading, Classification

& Size

Quantity

Grading-1 90mm to 45mm

100mm 1.21cum Type-A 13.2mm

0.21cum

Grading-2 63mm to 45mm

75mm 0.91cum Type-A 13.2mm

0.12cum

Grading-3 53mm to 22.4mm

75mm 0.91cum Type-B 11.2mm

0.14cum

NOTE: Net quantity means the quantity as per stack measurements minus 7.5% for coarse

aggregate only.

13.4.5 The quantity of binding material required for 75mm compacted thickness will be 0.09 cum/10sqm where WBM functions as base course and 0.13cum/10sqm when the WBM is to function as a wearing course. For 100mm compacted thickness, the quantity of binding material needed will be 0.10cum /10 sqm and 0.16cum/10sqm respectively.

13.5 Measurements & payment:

13.5.1 Coarse aggregate and screenings shall be stacked in convenient

units of one metre top width 2.2m bottom width & 60cm height using a steel template. Length, breadth & height of stacks shall be measured correct to a cm. The quantity in cum so arrived shall be reduced by 7.5% (seven decimal five percent.).

13.5.2 For the item of supply of stone aggregate & screening, intermediate

payment only up to 50% of the agreement rate shall be made on supplying of the aggregate & screening, etc. including their stacking as per specifications.

Balance payment for these items of supply shall be released after the materials supplied are used in the work i.e. in laying of W.B.M.

Page 79: 3 NITpage1

79

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER-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 from the date of completion of work. 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 to the satisfaction of the Engineer-In-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to execute the water proofing or commits breach thereunder, 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. 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. ...........................................

Page 80: 3 NITpage1

80

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :- 1. ............................................... 2. ..........................................

Page 81: 3 NITpage1

81

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF DEFECTS AFTER COMPLETIONIN 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 two years from the date of completion of work. 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 two 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 guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all defects or commits breach thereunder, 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. 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 :-

Page 82: 3 NITpage1

82

1. .................................................... 2. ............................................ SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the presence of :- 1. ................................................... 2. ............................................

Page 83: 3 NITpage1

83

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OFSTONE WORK/ TILE 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 workmanship, finishing and use of sound materials. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty workmanship, finishing and materials. NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable after the expiry of maintenance period prescribed in the contract for the minimum life of 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 to the satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all the defects, commits breach thereunder, 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. 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 :-

Page 84: 3 NITpage1

84

1. ................................................ 2. ........................................... SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :- 1. ............................................... 2. ..........................................

Page 85: 3 NITpage1

85

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF DEFECTS AFTER COMPLETIONIN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR 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, workmanship, powder coating, anodizing, colouring and sealing etc. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years from the date of completion of work. NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating 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 guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding. 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. 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.

Page 86: 3 NITpage1

86

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

Page 87: 3 NITpage1

87

List of FIELD TESTING EQUIPMENT AND INSTRUMENTS which shall be provided by the contractor in field laboraties [A] Testing Equipment at Field Laboratories

i) Balances

a) 7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm b) 500 gm. Capacity, Semi-self indicating type Accuracy 1 gm c) Pan Balance – 5 Kg. Capacity, accuracy 10 gm.

ii) Sieves: as per IS 460-1962.

a) I.S. Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm, 40 mm, 25 mm, 20 mm, ------------------.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.

b) IS Sieves – 200 mm internal dia(brass frame) consisting of 2.36 mm, 1.18 mm, 600 microns, 425 microns, 300 microns, 2------------------ microns, 150 microns, 90 microns, 75 microns with lid and pan.

iii) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with

timing switch assembly. iv) Equipment for slump test – Slump Cone, Steel Plate, tamping rod, steel scale,

scoop. v) 100 tonnes compression testing machine, electrical-cum manually operated. vi) Graduated measuring cylinders 200 ml capacity vii) Enamel trays (for efflorescence test for bricks and other tests)

a. 300 mm X 250 mm X 40 mm b. Circular plates of 250 mm dia c. 600 mm X 450 mm X 500 mm d. 450 mm X 300 mm X 40 mm.

viii) ISI marked 150 X 150 X 150 mm concrete cube moulds as per site requirement. ix) Graduated cylinder 1000 ml. Capacity.

x) M.S Cube moulds 15x15x15cm : ------------------ Nos.

Page 88: 3 NITpage1

88

[B] Field Testing Instruments

i) Steel tapes – 3 m

ii) Vernier Calipers

iii) Micrometer Screw 25 mm gauge

iv) A good quality plumb bob

v) Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical

vi) Wire gauge (circular type) disc.

vii) Foot rule

viii) Long nylon thread

ix) Rebound hammer for testing concrete

x) Ultrasonic Pulse velocity meter

xi) Magnifying glass

xii) Screw driver 30 cms long

xiii) Ball pin hammer, 100 gms

xiv) Plastic bags for taking samples

xv) Digital Distance meter

xvi) Levelling machine

xvii) Theodolite

Page 89: 3 NITpage1

89

[C] List of mandatory machinery, tools & plants to be deployed by the contractor

at site:-

(i) Total station 1 No.

(ii) Concrete weighing batching plant of minimum 5 cum / hour capacity. The weigh batching plant should have computerized print facility.-at least 1(one) number.

(iii) Bar Bending machine.

(iv) Bar cutting Machine.

(v) Bar Straightening Machine.

(vi) Steel Shuttering for 500 Sqm.

(vii) Diesel Generator of required capacity.—at least 1(one) number.

(viii) Concrete mixer machine of full bag cement capacity.

(ix) Steel cubic measuring boxes for coarse and fine aggregate- at least 3 sets of 6

each.

(x) Needle type vibrator (40 mm.)

(xi) Water pump set for curing.

(xii) Vibro compactor.

(xiii) Beam vibrator.

(xiv) Slab vibrator.

(xv) Shutter vibrator.

(xvi) Mortar mixer.

(xvii) Mini hot mix plant.

Page 90: 3 NITpage1

90

PROFORMA FOR TESTS CARRIED OUT NAME OF THE WORK : DIVISION/ AGREEMENT NO. & DATE : SUB-DIVISION

Sl. No.

Item Quantities

as per agreement

Frequency as per

specification

No. of tests

required

R.A. bill No.

Uptodate quantity

No. of tests

required

No. of tests

actually done

Remarks

1 2 3 4 5 6 7 8 9 10

Signature of Contractor

Page 91: 3 NITpage1

91

Date

of R

ece

ipt

Sou

rce o

f re

ceip

t w

ith

deta

ils if an

y

Batc

h N

o.

Date

of

man

ufa

ctu

re

Da

te o

f expir

y

Qty.

received

Progressi

ve Total

Date

of Is

su

e

Qty

Issued

Qty

. R

etu

rned

at th

e e

nd o

f day's

wo

rk

1 2 3 4 5 6 7 8 9 11

By AE By EE

16 17 1812

Net Qty.

Issued

Periodical Check

Particulars of Issue

13

Progressi

ve Total

Daily Balance in

HandContractor's Initial

14 15

J.E.'s Initial

Items of work

for which

Issued

10

CEMENT/PAINT REGISTER

DIVISION

SUB-DIVISION

NAME OF WORK:

AGREEMENT NO.

Page 92: 3 NITpage1

92

LIST OF PREFERRED MAKES of Materials FOR CIVIL WORKS

Sl

No. Material Preferred Make

1 i Portland

Pozzolona

Cement(Grey)/OP

C 43Grade/PSC

: Ambuja(PPC),Lafarge(PPC),ACC,Ultrateck,Vikram,ShriC

ement, BirlaJute,CCL,BirlaGold,Laffarge(PSC),J.P Rewa

ii White Cement : Birla White / J. K. White

2 Reinforcement

Steel

: SAIL, Tata steel (Tiscon), RINL

3 Veneered Particle

Board

: Novapan, Kitply, Anchor, National, Archidply

4 Laminated

Particle Board

: Novapan, Kitply, National, Archidply

5 Flush door

shutters

: Kutty Flushdoor, Kitply Industries (Swastik), Samrat

Laminate Pvt. Ltd.(Samrat) CNC Commercial

Ltd.(Shivalik), SR Jindal Ply Wood Industries (Prima)

Archidply.

6 Water Proofing

Compound

: Fosroc, Cico, Pidilite., Sika

7 M.S. Pipe : Tata, Jindal (Hisar), Parkash Steel Tubes, Bhushan

Industries

8 PVC Pipe &

Fittings

: Supreme, AKG, Finolex, Prince, Kisan, SFMC, Diplast.

9 Acrylic Distemper : Nerolac, Berger Asian Paints

10 Dry Distemper : Berger, JENSON & NICHOLSON (J&N).

11 Synthetic Enamel

Paint

: ICI, Nerolac, Berger, Asian Paints

12 Steel Primer : ICI, Nerolac, Berger, Asian Paints

13 Wood Primer : ICI, Nerolac, Berger, Asian Paints

14 Mosaic tiles : NITCO, Modern, NTC

15 Ceramic glazed

Tiles

: Kajaria, NITCO, Somany, Orient, Asian

Page 93: 3 NITpage1

93

16 Dash / Anchoring

Fasteners

: HILTI, Fischer

17 Nuts / Bolts & Screws : GKW, Atul

18 Stainless Steel Sink

(Out of Salem

: AMC, DIAMOND, BLUE STAR

19 Float Valve : Prayag,IVC, Leader, Kalsi Pump Pvt. Ltd., Dhawan Sanitary

Udyog (Prima)

20 Admixtures : Fosroc, MBT, Sika, CICO, BASF

21 Vitreous China

Sanitary Ware

: Parryware, Hindustan Sanitaryware, Neycer, Cera.

22 Plastic seat cover of

W.C.

: Commander, Diplomat, Hindware, Admiral

23 PVC Flushing cistern : Commander, Coral, Hindware, Hindustan, Speed FLO

24 CP Fittings/Mixer

Pillar taps Washers

: Kingston, Gem, Parko, Techno, JAL, Sieko, ESS ESS

JAQUAR,Crabtree, JAINKO, ANNAPURNA, Kalsi Pump Pvt.

Ltd., Dhawan Sanitary Udyog (Prima)

25 CP Accessories : Kingston, Parko, Gem, JAL, Seiko, ESS. JAQUAR.

26 Centrifugally Sand

Cast (spun) Iron

Pipes

: NECO or any other & fittings B.I.S marked product, Babulal

Bajaj Iron Foundry Mathura (HIF) or BIS approved products.

27 Centrifugally Cast

(spun) Iron Pipes

: Electro Steel, Kesoram (Class LA).

28 C.I. Sluice Valves &

Reflex Valves

: ANNAPURNA or equivalent approved

29 G.I. Pipes : B.S.T., Jindal (Hissar), Tata Steel Tubes Ltd., Prakash Surya

30 G.I. Fittings : Unik, KS, AMCO, AVR, NVR, RR

31 Gun metal Valves,

globes

: Leader, Zoloto, Kilburn, CIM, Valves, Sant ANNAPURANA,

32 Brass stop & Bib

Cock

: Zoloto, Sant, L&K, Leader, JAINKO, Kalsi Pump Pvt. Ltd.,

Dhawan Sanitary (PRIMA)

33 Stoneware pipes &

Gully traps

: Prefect, Hind or ISI marked S.W. Pipes.

34 Mirror Glass : Atul, Modi Guard, Golden Fish

35 Glazed Fire Clay

Kitchen Sink

: PADMINI, SANFIRE, RKCP.

Page 94: 3 NITpage1

94

36 Vitrified Tiles : NAVEEN, NITCO, JOHNSON, ASIAN, MARBITO,

CITYTILES, VARMORA

37 Water Meter : PRIMA(ISI), Kranti, DASHMESH or BIS Marked Product.

38 Grouting

Compound

: Endura, Pidilite

39 Aluminium

Sections

: Hindalco, Jindal, Indian Aluminium Co. or approved

equivalent.

40 Glass Mosaic

Tiles

: Italia, Opio

41 Paver Blocks &

curve stones

: NITCO, Unitile, N.T.C.

42 Non Return valve

(Check valve) ½”

to 1¼ “

: Kalsi Pumps Pvt. Ltd. or BIS approved products

43 Line Filter Valve

½’ to 2”

: Kalsi Pumps Pvt. Ltd. or BIS approved products

44 Ferrules 15mm,

20mm & 25mm

: Dhawan Sanitary Udyog (PRIMA). or BIS approved

products.

Page 95: 3 NITpage1

95

Schedule of Quantity N/W Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF) along the Indo-Bangladesh Border (IBB) and the Indo-

Pakistan Border (IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP). SW: Constriction of 9 Nos. BOP

at (1) Kusumtala (2) Hariharpur (3) Digisal (4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9) Pharasdngi i/c Internal

Electrical Installation i/c Compound Light & service connection to Building.

SLNo Description Qty Unit Rate Amount

1 EARTH WORK

1.1 Earth work in rough excavation, banking excavated earth in layers not

exceeding 20 cm in depth, breaking clods, watering, rolling each layer with ½

tonne roller or wooden or steel rammers, and rolling every 3rd and top-most

layer with power roller of minimum 8 tonnes and dressing up in

embankments for roads, flood banks, marginal banks and guide banks or

filling up ground depressions, lead upto 50 m and lift upto 1.5 m :

1.1.1 All kinds of soil 19440 cum 383.10 7447464.00

1.2 Earth work in excavation by mechanical means (Hydraulic excavator) /

manual means over areas (exceeding 30cm in depth. 1.5 m in width as well as

10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift

upto 1.5m, disposed earth to be levelled and neatly dressed.

1.2.1 All kinds of soil 17730 cum 155.60 2758788.00

1.3 Earth work in excavation by mechanical means (Hydraulic excavator) /

manual means in foundation trenches or drains (not exceeding 1.5 m in width

or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift

upto 1.5 m, including getting out the excavated soil and disposal of surplus

excavated soil as directed, within a lead of 50 m.

1.3.1 All kinds of soil. 20637 cum 157.50 3250328.00

1.4 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. 13446 cum 112.40 1511330.00

1.5 Supplying and filling in plinth with Jamuna sand under floors, including

watering, ramming, consolidating and dressing complete. 1884 cum 910.25 1714911.00

1.6 Earth work in rough excavation in all kinds of soil and banking excavated

earth in layers not exceeding 20cm. in depth, breaking clods, watering, rolling

each deposited layer with 8 to 10 tonnes power roller and or sheep foct roller

to give a dry density not less than 95% (97% in case of top 50cm layers

immediately below sub base and in shoulders) of maximum laboratory dry

density obtained at optimum moisture content O.M.C. by "Standard Proctor

Method" and dressing up embankments for roads, flood banks marginal

banks, guide banks, guide banks or filling up ground repressions etc. including

all lead and lift (Land will be arranged by the contractor).

79517 CUM 452.80 36005298.00

Sub-Total

52688119.00

2 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 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal

size) 453 cum 5466.30 2476234.00

2.1.2 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal

size) 90 cum 4834.30 435087.00

2.1.3 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal

size) 2745 cum 4004.00 10990980.00

2.2 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.

6972 sqm 419.30 2923360.00

Sub-Total

16825661.00

3 REINFORCED CEMENT CONCRETE

Page 96: 3 NITpage1

96

3.1 Centering and shuttering including strutting, propping etc. and removal of

form for:

3.1.1 Foundations, footings, bases of columns, etc. for mass concrete 19197 sqm 196.45 3771251.00

3.1.2 Walls (any thickness) including attached pilasters, butteresses, plinth and

string courses etc. 30375 sqm 360.80 10959300.00

3.1.3 Suspended floors, roofs, landings, balconies and access platform 11571 sqm 401.65 4647492.00

3.1.4 Shelves (Cast in situ) 1944 sqm 401.65 780808.00

3.1.5 Lintels, beams, plinth beams, girders, bressumers and cantilevers 8175 sqm 332.15 2715326.00

3.1.6 Columns, Pillars, Piers, Abutments, Posts and Struts 16311 sqm 453.35 7394592.00

3.1.7 Small lintels not exceeding 1.5 m clear span, moulding as in cornices, window

sills, string courses, bands, copings, bed plates, anchor blocks and the like 465 sqm 196.45 91349.00

3.1.8 Weather shade, Chajjas, corbels etc., including edges 1134 sqm 492.35 558325.00

3.2 Providing, hoisting and fixing up to floor five level precast reinforced cement

concrete in shelves, including setting in cement mortar 1:3 (1 cement : 3

coarse sand), cost of required centering, shuttering and finishing with neat

cement punning on exposed surfaces but excluding the cost of

reinforcement, with 1:2:4 (1 cement : 2 coarse sand : 4 graded stone

aggregate 12.5 mm nominal size).

144 cum 12174.70 1753157.00

3.3 Steel reinforcement for R.C.C. work including straightening, cutting, bending,

placing in position and binding all complete upto plinth level.

3.3.1 Thermo-Mechanically Treated bars 898089 Kg 68.10 61159861.00

3.4 Steel reinforcement for R.C.C. work including straightening, cutting, bending,

placing in position and binding all complete above plinth level.

3.4.1 Thermo-Mechanically Treated bars 846072 Kg 68.10 57617503.00

3.5 Providing and laying in position machine batched and machine mixed design

mix M-25 grade cement concrete for reinforced cement concrete work, using

cement content as per approved design mix, including pumping of concrete

to site of laying but excluding the cost of centering, shuttering, finishing and

reinforcement, including admixtures in recommended proportions as per IS:

9103 to accelerate, retard setting of concrete, improve workability without

impairing strength and durability as per direction of Engineer-in-charge.

(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 upto plinth level 5613 cum 6296.15 35340290.00

3.5.2 All works above plinth level upto floor V level 6663 cum 7014.55 46737947.00

3.6 Add for using extra cement in the items of design mix over and above the

specified cement content therein. 6105 quintal 742.75 4534489.00

Sub-Total

238061690.00

4 BRICK WORK

4.1 Brick work with common burnt clay F.P.S. (non modular) bricks of class

designation 7.5 in foundation and plinth in:

4.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) 2655 cum 4918.65 13059016.00

4.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) 2343 cum 4677.25 10958797.00

4.2 Brick work with common burnt clay F.P.S. (non modular) bricks of class

designation 7.5 in superstructure above plinth level up to floor V level in all

shapes and sizes in :

4.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 4908 cum 5426.15 26631544.00

4.3 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of

class designation 7.5 in foundations and plinth in :

4.3.1 cement mortar 1:4 (1 cement : 4 coarse sand) 2331 sqm 584.75 1363052.00

4.4 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of

class designation 7.5 in superstructure above plinth level up to floor V level.

4.4.1 Cement mortar 1:4 (1 cement :4 coarse sand) 7122 sqm 665.80 4741828.00

4.5 Brick edging 7cm wide 11.4 cm deep to plinth protection with common burnt

clay F.P.S. (non modular) bricks of class designation 7.5 including grouting

with cement mortar 1:4 (1 cement : 4 fine sand). 10071 metre 38.15 384209.00

Sub-Total

57138446.00

Page 97: 3 NITpage1

97

5 MARBLE WORK

5.1 Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded

and prepolished, machine cut for kitchen platforms, vanity counters, window

sills, facias and similar locations of required size, approved shade, colour and

texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse

sand), joints treated with white cement, mixed with matching pigment,

epoxy touch ups, including rubbing, curing, moulding and polishing to edges

to give high gloss finish etc. complete at all levels.

5.1.1 Granite of any colour and shade

5.1.1.1 Area of slab over 0.50 sqm 576 sqm 3907.40 2250662.00

5.2 Providing edge moulding to 18 mm thick marble stone counters, Vanities etc.,

including machine polishing to edge to give high gloss finish etc. complete as

per design approved by Engineer-in-Charge.

5.2.1 Granite work 864 metre 230.55 199195.00

5.3 Stone tile (polished) work for wall lining over 12 mm thick bed of cement

mortar 1:3 (1 cement : 3 coarse sand) and cement slurry @ 3.3 kg/sqm

including pointing in white cement complete.

5.3.1 8mm thick

5.3.1.1 Granite of any colour and shade 342 sqm 1921.85 657273.00

5.4 Providing and fixing stone slab with table rubbed, edges rounded and

polished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by

cutting a chase of appropriate width with chase cutter and embedding the

stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement

: 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) as per

direction of Engineer-in-charge and finished smooth.

5.4.1 Granite Stone of approved shade 144 sqm 3263.50 469944.00

Sub-Total

3577074.00

6 WOOD AND P.V.C. WORK

6.1 Providing and fixing ISI marked flush door shutters conforming to IS : 2202

(Part I) decorative type, core of block board construction with frame of 1st

class hard wood and well matched teak 3 ply veneering with vertical grains or

cross bands and face veneers on both faces of shutters.

6.1.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary

screws 117 sqm 2606.45 304955.00

6.1.2 25 mm thick (for cupboard) including ISI marked nickel plated bright finished

M.S. Piano hinges IS : 3818 marked with necessary screws 351 sqm 2109.35 740382.00

6.2 Providing and fixing ISI marked flush door shutters 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:

6.2.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary

screws 417 sqm 1909.55 796282.00

6.3 Extra for cutting rebate in flush door shutters (Total area of the shutter to be

measured). 381 sqm 104.55 39834.00

6.4 Providing and fixing 18 mm thick, 150 mm wide pelmet of flat pressed 3 layer

or graded wood particle board medium density grade I, IS : 3087 marked,

including top cover of 6 mm commercial ply wood conforming to IS: 303 BWR

grade, nickel plated M.S. pipe 20 mm dia ( heavy type) curtain rod with nickel

plated brackets, including fixing with 25x3 mm M.S. flat 10 cm long fixed to

pelmet with hollock wood cleats of size 100 mm x 40 mm x 40 mm on both

inner side of pelmet and rawl plugs 75 mm long etc. all complete. 270 metre 372.75 100643.00

6.5 Providing and fixing curtain rods of 1.25 mm thick chromium plated brass

plate, with two chromium plated brass brackets fixed with C.P. brass screws

and wooden plugs, etc., wherever necessary complete :

6.5.1 20 mm dia 1569 metre 341.00 535029.00

6.6 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.

Page 98: 3 NITpage1

98

6.6.1 Fixed to steel windows by welding 7761 kg 109.00 845949.00

6.7 Providing and fixing hard drawn steel wire fabric 75x25 mm mesh of weight

not less than 7.75 Kg per sqm to window frames etc. including 62x19 mm

beading of second class teak wood and priming coat with approved steel

primer all complete. 63 sqm 1118.10 70440.00

6.8 Providing and fixing ISI marked oxidised M.S. sliding door bolts with nuts and

screws etc. complete :

6.8.1 300x16 mm 9 each 173.20 1559.00

6.9 Providing and fixing ISI marked oxidised M.S. tower bolt black finish, (Barrel

type) with necessary screws etc. complete :

6.9.1 100x10 mm 2706 each 39.10 105805.00

6.10 Providing and fixing oxidised M.S. casement stays (straight peg type) with

necessary screws etc. complete.

6.10.1 200 mm weighing not less than 120 gms 1236 each 30.40 37574.00

6.11 Providing and fixing aluminium extruded section body tubular type universal

hydraulic door closer (having brand logo with ISi, IS : 3564, embossed on the

body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000

mm), with double speed adjustment with necessary accessories and screws

etc. complete.

54 each 1043.60 56354.00

6.12 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 :

6.12.1 300x16 mm 435 each 229.65 99898.00

6.12.2 250x16 mm 156 each 189.00 29484.00

6.13 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 :

6.13.1 250x10 mm 582 each 95.25 55436.00

6.13.2 150x10 mm 663 each 65.35 43327.00

6.14 Providing and fixing aluminium pull bolt lock, ISI marked, anodised (anodic

coating not less than grade AC 10 as per IS : 1868) transparent or dyed to

required colour and shade, with necessary screws bolts, nut and washers etc.

complete. 180 each 76.80 13824.00

6.15 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 :

6.15.1 125 mm 1938 each 69.80 135272.00

6.16 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.

6.16.1 Twin rubber stopper 324 each 83.95 27200.00

6.17 Providing and fixing factory made door frame (single rebate) made out of

single piece extruded solid PVC foam profile with homogenous fine cellular

structure having smooth outer integral skin having 62 mm width & 32 mm

thickness, frame will be mitred & Jointed with self driven self tapping screws

of size 38 mm x 4 mm & PVC solvent cement, including fixing the frame to

wall with suitable dia & length anchor fastener as per manufacturer's

specification and direction of Engineer-in-charge.

960 metre 377.65 362544.00

Page 99: 3 NITpage1

99

6.18 Providing and fixing factory made 30 mm thick door shutter made of solid

PVC foam profile. The styles & rails shall be of size 75 mm x 30 mm having

wall thickness 5 mm. The styles, top & bottom rails shall have one side wall

thickness of 15 mm integrally extruded on the hinge side of the profile for

better screw holding power. The styles and rails shall be reinforced with M.S.

tubes of size 33 mm x 17 mmx 1 mm, painted with primer , all four corners of

reinforcement to be welded or sealed. Solid PVC extruded bidding (push fit

type) will be set inside the styles and the rails with a cavity, to receive single

piece extruded 5 mm PVC sheet as panel. The styles and rails will be mitred

cut and joint with the help of PVC solvent cement & self driven self tapping

screws. Single piece extruded solid PVC lock rail of size 100 mm x 30 mm with

wall thickness 5 mm & 15 mm integrally extruded in the middle of the lock

rail & fixed with styles with the help of PVC solvent cement & self driven self

tapping screws of size 100 mm x 8 mm complete as per manufacturer's

specifications and direction of Engineer-in-charge.

6.18.1 Non decorative finish 144 sqm 2691.55 387583.00

6.18.2 Decorative finish (both side wood grained finish) 162 sqm 3330.35 539517.00

6.19 Providing and fixing PVC rigid foam sheet 1 mm thick on existing door

shutters (bathroom and W.C. doors) using synthetic rubber based adhesive.

234 sqm 803.30 187972.00

6.20 Providing and fixing 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

:

6.20.1 35 mm thick shutters

6.20.1.1 With ISI marked stainless steel butt hinges of required size

6.20.1.1.1 Kiln seasoned and chemically treated hollock wood 399 sqm 2790.60 1113449.00

Sub-Total

6630312.00

7 STEEL WORK

7.1 Structural steel work riveted, bolted or welded in built up sections, trusses

and framed work, including cutting, hoisting, fixing in position and applying a

priming coat of approved steel primer all complete. 2160 kg 73.95 159732.00

7.2 Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm

angle iron and 3 mm M.S. gusset plates at the junctions and corners, all

necessary fittings complete, including applying a priming coat of approved

steel primer.

7.2.1 Using M.S. angels 40x40x6 mm for diagonal braces 108 sqm 3073.85 331976.00

7.3 Supplying and fixing rolling shutters of approved make, made of required size

M.S. laths, interlocked together through their entire length and jointed

together at the end by end locks, mounted on specially designed pipe shaft

with brackets, side guides and arrangements for inside and outside locking

with push and pull operation complete, including the cost of providing and

fixing necessary 27.5 cm long wire springs manufactured from high tensile

steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top

cover of required thickness for rolling shutters.

7.3.1 80x1.25 mm M.S. laths with 1.25 mm thick top cover 216 sqm 2142.10 462694.00

7.4 Providing and fixing ball bearing for rolling shutters. 54 each 438.95 23703.00

7.5 Extra for providing mechanical device chain and crank operation for

operating rolling shutters.

7.5.1 Exceeding 10.00 sqm and upto 16.80 sqm in the area 153 sqm 724.85 110902.00

7.6 Providing and fixing factory made ISI marked steel glazed doors, windows and

ventilators, side /top /centre hung, with beading and all members such as

F7D, F4B, K11 B and K12 B etc. complete of standard rolled steel sections,

joints mitred and flash butt welded and sash bars tenoned and riveted,

including providing and fixing of hinges, pivots, including priming coat of

approved steel primer, but excluding the cost of other fittings, complete all

as per approved design, (sectional weight of only steel members shall be

measured for payment).

7.6.1 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) 17871 kg 114.15 2039975.00

Page 100: 3 NITpage1

100

7.7 Providing and fixing T-iron frames for doors, windows and ventilators of mild

steel Tee-sections, joints mitred and welded, including fixing of necessary

butt hinges and screws and applying a priming coat of approved steel primer.

7.7.1 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) 3861 kg 83.70 323166.00

7.8 Providing and fixing pressed steel door frames conforming to IS: 4351,

manufactured from commercial mild steel sheet of 1.60 mm thickness,

including hinges, jamb, lock jamb, bead and if required angle threshold of

mild steel angle of section 50x25 mm, or base ties of 1.60 mm, pressed mild

steel welded or rigidly fixed together by mechanical means, including M.S.

pressed butt hinges 2.5 mm thick with mortar guards, lock strike-plate and

shock absorbers as specified and applying a coat of approved steel primer

after pre-treatment of the surface as directed by Engineer-in-charge:

7.8.1 Profile C

7.8.1.1 Fixing with adjustable lugs with split end tail to each jamb 342 metre 400.95 137125.00

7.8.2 Profile E

7.8.2.1 Fixing with adjustable lugs with split end tail to each jamb 1083 metre 424.20 459409.00

7.9 Providing and fixing M.S. Tubular frames for doors, windows, ventilators and

cupboard with rectangular/ L-Type sections, made of 1.60 mm thick M.S.

Sheet, joints mitred, welded and grinded finish, with profiles of required size,

including fixing of necessary butt hinges and screws and applying a priming

coat of approved steel primer.

7.9.1 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) 8946 kg 139.10 1244389.00

7.10 Steel work welded in built up sections/ framed work, including cutting,

hoisting, fixing in position and applying a priming coat of approved steel

primer using structural steel etc. as required.

7.10.1 In stringers, treads, landings etc. of stair cases, including use of chequered

plate wherever required, all complete 9000 kg 75.30 677700.00

7.10.2 In gratings, frames, guard bar, ladder, railings, brackets, gates and similar

works 9180 kg 90.10 827118.00

7.11 Providing and fixing hand rail of approved size by welding etc. to steel ladder

railing, balcony railing, staircase railing and similar works, including applying

priming coat of approved steel primer.

7.11.1 M.S. tube 2043 kg 104.70 213902.00

7.12 Providing and fixing carbon steel galvanised ( minimum coating 5 micron)

dash fastener of 10 mm dia double threaded 6.8 grade (yield strength 480

N/mm2), counter sunk head, comprising of 10 m dia polyamide PA 6 grade

sleeve, including drilling of hole in frame , concrete/ masonry, etc. as per

direction of Engineer-in-charge.

7.12.1 10 x 80 mm 900 each 70.75 63675.00

7.13 Providing & fixing fly proof wire gauze to windows, clerestory windows &

doors with M.S. Flat 15x3 mm and nuts & bolts complete.

7.13.1 Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm

aperture on both sides 447 sqm 1277.60 571087.00

7.14 Providing & fixing glass panes with putty and glazing clips in steel doors,

windows, clerestory windows, all complete with :

7.14.1 4.0 mm thick glass panes 600 sqm 764.45 458670.00

Page 101: 3 NITpage1

101

7.15 Providing and fixing factory fabricated steel almirah type shutters to

cupboards with or without vision panel, single or double leaf (partly

glazed/flush CRC sheet type) as per approved sample with all round frame

made of CRC sheet moulded by machine press with following specifications:-

(i) Door frame using 1.219mm (18 gauge) CRC sheet moulded to required

profile. The frame should be fixed to the wall with dash fastners of suitable

size at site.(ii) Openable flush shutter single or double leaf/openable glazed

shutter, ribbed/moulded at edges to required profile all round made of CRC

sheet 1.219mm thick fixed with the frame with required MS hinges with

suitable CRC SHEET supporting brackets rivited/welded with the frame and

shutter with CRC sheet 1.219mm thick vertical boxing riveted or welded of

approved profile to back face to strengthen the shutter.(iii) Providing and

fixing glazing in fully/partly glazed shutter with PVC gasket with beading

welded/screwed of required size and shape with glass panes of 4.00mm

thickness(weight not less than 10.00 kg/sqm.)(iv) Grinding the joints and

surface wherever required and applying steel primer putty i/c. sand papering

so as to give truly smooth surface for spray painting .The internal and

external metal surface of the door and fittings except glass shall be spray

painted with synthetic enamel paint of approved brand and manufacture of

required shade etc. complete as per the direction of the engineer in charge.

(Overall elevation area of the shutter with frame will be measured for

payment).

285 SQM 4374.00 1246590.00

Sub-Total 9351813.00

8 FLOORING

8.1 52 mm thick cement concrete flooring with concrete hardener topping,

under layer 40 mm thick cement concrete 1:2:4 (1 cement : 2 coarse sand : 4

graded stone aggregate 20 mm nominal size) and top layer 12 mm thick

cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded

stone aggregate 6 mm nominal size) by volume, hardening compound mixed

@ 2 litre per 50 kg of cement or as per manufacturer's specifications. This

includes cost of cement slurry, but excluding the cost of nosing of steps etc.

complete.

2304 sqm 535.25 1233216.00

8.2 Cement plaster skirting up to 30 cm height, with cement mortar 1:3 (1

cement : 3 coarse sand), finished with a floating coat of neat cement.

8.2.1 18 mm thick

468 sqm 337.25 157833.00

8.3 Providing and fixing glass strips in joints of terrazo/ cement concrete floors.

8.3.1 40 mm wide and 4 mm thick 3060 metre 50.05 153153.00

8.4 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 rubbing and polishing complete with base of cement

mortar 1 : 4 (1 cement : 4 coarse sand) :

8.4.1 25 mm thick 10392 sqm 1141.40 11861429.00

8.5 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 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.

1623 sqm 1191.25 1933399.00

8.6 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS:

15622 (thickness to be specified by the manufacturer), of approved make, in

all colours, shades except burgundy, bottle green, black of any size as

approved by Engineer-in-Charge, in skirting, risers of steps and dados, over

12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and

jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white

cement mixed with pigment of matching shade complete.

4563 sqm 836.65 3817634.00

Page 102: 3 NITpage1

102

8.7 Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm

or more (thickness to be specified by the manufacturer), of 1st quality

conforming to IS : 15622, of approved make, in colours White, Ivory, Grey,

Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement: 4

Coarse sand), including grouting the joints with white cement and matching

pigments etc., complete. 963 sqm 950.05 914898.00

8.8 Providing and laying vitrified floor tiles in different sizes (thickness to be

specified by the manufacturer) with water absorption less than 0.08% and

conforming to IS: 15622, of approved make, in all colours and shades, laid on

20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting

the joints with white cement and matching pigments etc., complete.

8.8.1 Size of Tile 600x600 mm 1953 sqm 1405.95 2745820.00

8.9 Providing and laying Vitrified tiles in different sizes (thickness to be specified

by manufacturer), with water absorption less than 0.08 % and conforming to

I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps,

over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand),

including grouting the joint with white cement & matching pigments etc.

complete.

8.9.1 Size of Tile 600x600 mm 288 sqm 1415.40 407635.00

Sub-Total

23225017.00

9 ROOFING

9.1 Making khurras 45x45 cm with average minimum thickness of 5 cm cement

concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20

mm nominal size) over P.V.C. sheet 1 m x1 m x 400 micron, finished with 12

mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement,

rounding the edges and making and finishing the outlet complete. 660 each 186.65 123189.00

9.2 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes

conforming to IS : 13592 Type A, including jointing with seal ring conforming

to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed

pipes.

9.2.1 110 mm diameter 2460 metre 231.65 569859.00

9.3 Providing and fixing on wall face unplasticised - PVC moulded fittings/

accessories for unplasticised Rigid PVC rain water pipes conforming to IS :

13592 Type A, including jointing with seal ring conforming to IS : 5382,

leaving 10 mm gap for thermal expansion.

9.3.1 Bend 87.5°

9.3.1.1 110 mm bend 660 each 161.55 106623.00

9.3.2 Shoe (Plain)

9.3.2.1 110 mm Shoe 660 each 295.10 194766.00

9.4 Providing and fixing unplasticised -PVC pipe clips of approved design to

unplasticised - PVC rain water pipes by means of 50x50x50 mm hard wood

plugs, screwed with M.S. screws of required length, including cutting brick

work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making

good the wall etc. complete.

9.4.1 110 mm 2622 each 189.05 495689.00

9.5 Providing and fixing to the inlet mouth of rain water pipe PTMT (an

Engineering Thermoplastic) grating square (Slit) 150 mm square with a height

of 8 mm and weighing not less than 100 gms. 660 each 98.05 64713.00

Sub-Total

1554839.00

10 FINISHING

10.1 12 mm cement plaster of mix :

10.1.1 1:4 (1 cement: 4 coarse sand) 10287 sqm 172.30 1772450.00

10.1.2 1:6 (1 cement: 6 coarse sand) 29940 sqm 158.40 4742496.00

10.2 15 mm cement plaster on rough side of single or half brick wall of mix:

10.2.1 1:6 (1 cement: 6 coarse sand) 23616 sqm 183.45 4332355.00

10.3 12 mm cement plaster finished with a floating coat of neat cement of mix :

10.3.1 1:4 (1 cement: 4 fine sand) 6201 sqm 203.25 1260353.00

10.4 6 mm cement plaster of mix :

Page 103: 3 NITpage1

103

10.4.1 1:3 (1 cement : 3 fine sand) 33129 sqm 134.70 4462476.00

10.5 Neat cement punning. 432 sqm 41.40 17885.00

10.6 White washing with lime to give an even shade :

10.6.1 New work (three or more coats) 9288 sqm 16.20 150466.00

10.7 Distempering with oil bound washable distemper of approved brand and

manufacture to give an even shade :

10.7.1 New work (two or more coats) over and including water thinnable priming

coat with cement primer 27597 sqm 89.70 2475451.00

10.8 Finishing walls with Acrylic Smooth exterior paint of required shade :

10.8.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm over and including

priming coat of exterior primer applied @ 2.20 kg/10 sqm) 60450 sqm 90.00 5440500.00

10.9 Applying priming coat:

10.9.1 With ready mixed pink or Grey primer of approved brand and manufacture

on wood work (hard and soft wood) 1395 sqm 32.95 45965.00

10.9.2 With ready mixed red oxide zinc chromate primer of approved brand and

manufacture on steel galvanised iron/ steel works 1233 sqm 27.00 33291.00

10.10 Painting with synthetic enamel paint of approved brand and manufacture to

give an even shade :

10.10.1 Two or more coats on new work 11142 sqm 74.40 828965.00

10.11 French spirit polishing :

10.11.1 Two or more coats on new works including a coat of wood filler 1062 sqm 193.95 205975.00

10.12 Providing and applying white cement based putty of average thickness 1 mm,

of approved brand and manufacturer, over the plastered wall surface to

prepare the surface even and smooth complete. 24204 sqm 89.65 2169889.00

Sub-Total

27938517.00

11 ROAD WORK

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. 33534 sqm 81.30 2726314.00

11.2 Supplying and stacking at site.

11.2.1 90 mm to 45 mm size stone aggregate 2871 cum 1310.45 3762302.00

11.2.2 53 mm to 22.4 mm size stone aggregate 3051 cum 1354.00 4131054.00

11.2.3 Stone screening 13.2 mm nominal size (Type A) 666 cum 1558.15 1037728.00

11.2.4 Stone screening 11.2 mm nominal size (Type B) 675 cum 1471.00 992925.00

11.3 Laying, spreading and compacting stone aggregate of specified sizes to WBM

specifications in uniform thickness, hand picking, rolling with 3 wheeled road

/ vibratory roller 8-10 tonne capacity in stages to proper grade and camber,

applying and brooming requisite type of screening / binding material to fill up

interstices of coarse aggregate, watering and compacting to the required

density . 4887 cum 425.05 2077219.00

11.4 Brick edging laid lengthwise with half brick depth including excavation,

refilling and disposal of surplus earth lead upto 50 metres :

11.4.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 7200 metre 35.40 254880.00

11.5 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. 16659 kg 70.90 1181123.00

11.6 Providing and applying tack coat using hot straight run bitumen of grade VG -

10, including heating the bitumen, spraying the bitumen with mechanically

operated spray unit fitted on bitumen boiler, cleaning and preparing the

existing road surface as per specifications :

11.6.1 On W.B.M. @ 0.75 Kg I sqm 33534 sqm 53.75 1802453.00

11.7 2.5 cm premix carpet surfacing with 2.25 cum and 1.12 cum of stone

chippings of 13.2 mm and 11.2 mm size respectively per 100 sqm and 52 kg

and 56 kg of hot bitumen per cum of stone chippings of 13.2 mm and 11.2

mm size respectively, including a tack coat with hot straight run bitumen,

including consolidation with road roller of 6 to 9 tonne capacity etc. complete

(tack coat to be paid for separately).

11.7.1 With paving Asphalt grade VG - 10 heated and then mixed with solvent at the

rate of 70 grams per kg of asphalt 33534 sqm 211.60 7095794.00

Page 104: 3 NITpage1

104

11.8 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate

40 mm nominal size) in pavements, laid to required slope and camber in

panels as required including consolidation finishing and tamping complete.

405 cum 5450.45 2207432.00

11.9 Providing and fixing concertina coil fencing with punched tape concertina coil

600 mm dia 10 metre openable length ( total length 90 m), having 50 nos

rounds per 6 metre length, upto 3 m height of wall with existing angle iron 'Y'

shaped placed 2.4 m or 3.00 m apart and with 9 horizontal R.B.T. reinforced

barbed wire, stud tied with G.I. staples and G.I. clips to retain horizontal,

including necessary bolts or G.I. barbed wire tied to angle iron, all complete

as per direction of Engineer-in-charge, with reinforced barbed tape(R.B.T.) /

Spring core (2.5mm thick) wire of high tensile strength of 165 kg/ sq.mm with

tape (0.52 mm thick) and weight 43.478 gm/ metre (cost of M.S. angle, C.C.

blocks shall be paid separately)

5877 metre 287.05 1686993.00

11.10 Providing and laying at or near ground level factory made kerb stone of M-25

grade cement concrete in position to the required line, level and curvature,

jointed with cement mortar 1:3 (1 cement: 3 coarse sand), including making

joints with or without grooves (thickness of joints except at sharp curve shall

not to more than 5mm), including making drainage opening wherever

required complete etc. as per direction of Engineer-in-charge (length of

finished kerb edging shall be measured for payment). (Precast C.C. kerb stone

shall be approved by Engineer-in-charge).

135 cum 5295.90 714947.00

11.11 Construction of granular sub-base by providing close graded Material

conforming to specifications, mixing in a mechanical mix plant at OMC,

carriage of mixed material by tippers to work site, for all leads & lifts,

spreading in uniform layers of specified thickness with motor grader on

prepared surface and compacting with vibratory power roller to achieve the

desired density, complete as per specifications and directions of Engineer-in-

Charge.

11.11.1 With material conforming to Grade-II (size range 53 mm to 0.075 mm )

having CBR Value-25 2961 cum 2124.85 6291681.00

11.12 Dismantling and disposal of existing Phase-II fencing consisting of MS angle

post/struts of sizes, spike plates, tightening bolts, turn buckles, nuts and

bolts, barbed wire, punched tape concertina coil, MS gates and posts etc. on

as is where is basis and giving credit to the department for salvage value of

the dismantled materials. The dismantling , stacking and disposal of Phase-II

fencing shall be done in accordance with the condition of the tender

documents and as per direction of Engineer-in-Charge.

2700 METRE -680.00 -1836000.00

Sub-Total

34126845.00

12 SANITARY INSTALLATIONS

12.1 Providing and fixing water closet squatting pan (Indian type W.C. pan ) with

100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing

cistern, including flush pipe, with manually controlled device (handle lever)

conforming to IS : 7231, with all fittings and fixtures complete, including

cutting and making good the walls and floors wherever required:

12.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with

integral type foot rests 69 each 3392.80 234103.00

12.2 Providing and fixing white vitreous china pedestal type water closet

(European type W.C. pan) with seat and lid, 10 litre low level white P.V.C.

flushing cistern, including flush pipe, with manually controlled device (handle

lever), conforming to IS : 7231, with all fittings and fixtures complete,

including cutting and making good the walls and floors wherever required :

12.2.1 W.C. pan with ISI marked white solid plastic seat and lid 81 each 3317.30 268701.00

12.3 Providing and fixing white vitreous china flat back or wall corner type lipped

front urinal basin of 430x260x350 mm and 340x410x265 mm sizes

respectively with automatic flushing cistern with standard flush pipe and C.P.

brass spreaders with brass unions and G.I clamps complete, including

painting of fittings and brackets, cutting and making good the walls and floors

wherever required :

12.3.1 One urinal basin with 5 litre white P.V.C. automatic flushing cistern 45 each 3326.10 149675.00

Page 105: 3 NITpage1

105

12.4 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar

taps, 32 mm C.P. brass waste of standard pattern, including painting of

fittings and brackets, cutting and making good the walls wherever require:

12.4.1 White Vitreous China Wash basin size 630x450 mm with a pair of 15 mm C.P.

brass pillar taps 63 each 2331.15 146862.00

12.4.2 White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P.

brass pillar tap 78 each 2010.35 156807.00

12.5 Providing and fixing white vitreous china pedestal for wash basin completely

recessed at the back for the reception of pipes and fittings. 99 each 979.95 97015.00

12.6 Providing and fixing Stainless Steel A ISi 304 (18/8) kitchen sink as per IS:

13983 with C.I. brackets and stainless steel plug 40 mm, including painting of

fittings and brackets, cutting and making good the walls wherever required :

12.6.1 Kitchen sink without drain board

12.6.1.1 610x460 mm bowl depth 200 mm 18 each 3989.20 71806.00

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

waste fittings complete.

12.7.1 Semi rigid pipe

12.7.1.1 32 mm dia 90 each 76.75 6908.00

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. 141 each 793.95 111947.00

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. 99 each 543.80 53836.00

12.10 Providing and fixing toilet paper holder :

12.10.1 C.P. brass 81 each 415.90 33688.00

12.11 Providing and fixing soil, waste and vent pipes :

12.11.1 100 mm dia

12.11.1.1 Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989 855 metre 917.75 784676.00

12.12 Providing and fixing bend of required degree with access door, insertion

rubber washer 3 mm thick, bolts and nuts complete.

12.12.1 100 mm dia

12.12.1.1 Sand cast iron S&S as per IS - 3989 306 each 385.70 118024.00

12.13 Providing and fixing plain bend of required degree.

12.13.1 100 mm dia

12.13.1.1 Sand cast iron S&S as per IS : 3989 306 each 335.75 102740.00

12.14 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron

pipes and fittings of diameter :

12.14.1 100 mm 1656 each 243.75 403650.00

12.15 Providing and fixing trap of self cleansing design with screwed down or

hinged grating with or without vent arm complete, including cost of cutting

and making good the walls and floors :

12.15.1 100 mm inlet and 100 mm outlet

12.15.1.1 Sand cast iron S&S as per IS: 3989 210 each 982.55 206336.00

12.16 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. 96 each 228.85 21970.00

12.17 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.

12.17.1 600 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. 96 each 541.50 51984.00

12.18 Providing and fixing PTMT shelf 440 mm long, 124 mm width and 36 mm

height of approved quality and colour, weighing not less than 300 gms. 33 each 567.05 18713.00

Sub-Total

3039441.00

13 WATER SUPPLY

Page 106: 3 NITpage1

106

13.1 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, i/c

cutting and making good the walls etc.Internal work - Exposed on wall

13.1.1 25 mm dia nominal bore 432 metre 304.15 131393.00

13.2 Providing and fixing G.I. Pipes complete with G.I. fittings and clamps, i/c

making good the walls etc. concealed pipe, including painting with anti

corrosive bitumastic paint, cutting chases and making good the wall :

13.2.1 15 mm dia nominal bore 564 metre 306.05 172612.00

13.2.2 20 mm dia nominal bore 999 metre 333.85 333516.00

13.3 Providing and fixing G.I. pipes complete with G.I. fittings including trenching

and refilling etc. External work

13.3.1 40 mm dia nominal bore 450 metre 334.15 150368.00

13.3.2 50 mm dia nominal bore 720 metre 399.50 287640.00

13.3.3 80 mm dia nominal bore 2700 metre 637.05 1720035.00

13.4 Providing and fixing gun metal gate valve with C.I. wheel of approved quality

(screwed end) :

13.4.1 25 mm nominal bore 153 each 428.85 65614.00

13.4.2 40 mm nominal bore 72 each 585.50 42156.00

13.4.3 50 mm nominal bore 45 each 750.75 33784.00

13.4.4 80 mm nominal bore 72 each 1920.60 138283.00

13.5 Providing and fixing uplasticised PVC connection pipe with brass unions :

13.5.1 45 cm length

13.5.1.1 15 mm nominal bore 351 each 68.60 24079.00

13.6 Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet :

13.6.1 150 mm diameter 114 each 86.35 9844.00

13.7 Providing flanged joints to double flanged C.I./ D.I. pipes and specials,

including testing of joints :

13.7.1 100 mm diameter pipe 225 each 195.70 44033.00

13.8 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts,

rubber insertions etc. (the tail pieces if required will be paid separately) :

13.8.1 100 mm diameter

13.8.1.1 Class II 27 each 3921.30 105875.00

13.9 Painting G.I. pipes and fittings with synthetic enamel white paint with two

coats over a ready mixed priming coat, both of approved quality for new

work :

13.9.1 25 mm diameter pipe 324 metre 14.95 4844.00

13.10 Painting G.I. pipes and fittings with two coats of anti-corrosive bitumastic

paint of approved quality :

13.10.1 15 mm diameter pipe 360 metre 5.80 2088.00

13.10.2 40 mm diameter pipe 450 metre 11.85 5333.00

13.10.3 50 mm diameter pipe 720 metre 14.15 10188.00

13.10.4 80 mm diameter pipe 2700 metre 20.25 54675.00

13.11 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the

pipe and making long screws etc. complete (New work) :

13.11.1 25 mm nominal bore 72 each 200.10 14407.00

13.11.2 40 mm nominal bore 54 each 316.25 17078.00

13.11.3 50 mm nominal bore 72 each 392.40 28253.00

13.11.4 80 mm nominal bore 90 each 729.25 65633.00

13.12 Providing and fixing C.P. brass long body bib cock of approved quality

conforming to IS standards and weighing not less than 690 gms.

13.12.1 15 mm nominal bore 321 each 610.65 196019.00

13.13 Providing and fixing C.P. brass stop cock (concealed) of standard design and

of approved make conforming to IS:8931.

13.13.1 15 mm nominal bore 267 each 619.75 165473.00

13.14 Providing and fixing C.P. brass angle valve for basin mixer and geyser points

of approved quality conforming to IS:8931 a) 15 mm nominal bore

Page 107: 3 NITpage1

107

13.14.1 15mm nominal bore 516 each 507.70 261973.00

13.15 Providing and laying D.I. Specials of Class K - 12 suitable for mechanical

jointing as per IS : 9523 :

13.15.1 Up to 600 mm dia 9 quintal 16178.95 145611.00

13.16 Providing and laying Double Flanged (Screwed/ Welded) Centrifugally (Spun)

Ductile Iron Pipes of Class K - 9 conforming to IS : 8329 :

13.16.1 100 mm dia Ductile Iron Double Flanged 351 metre 2564.75 900227.00

13.17 Providing, supplying, fitting, fixing & Commissioning pressure type iron

removal plant of capacity 2000 GPH consisting of 1 no FRP pressure vessel

with frontal pipe line 40 mm nominal bore dia with 1 no. 40 mm nominal

bore multiport valve, presure gauge, sampling cocks provided with internal

distribution and collection system with graded gravels and catalytic fittering

media etc. with design fabrication and supply of FRP vessel of size 1828mm

height & 915mm dia. The unit will be vertical cylinder of FRP. The capacity at

normal flow will be 2000 GPH & maximum working pressure will be 5.0

kg/cm2 and hydraulic working pressure will be 4.0 kg/cm2 and hydraulic test

pressure will be 6.0 kg/cm2. The plant will be suported over R.S. joints of

approved design 7 section i/c. base concrete & foundation etc. all complete

as per direction of the Engineer-in-Charge.

9 each 105000.00 945000.00

13.18 Providing fabricating and supply of oxidation chamber vertical type cylindrical

pressure vessel made of FRP, 610 dia and 1828 mm height with provision of

inlet/outlet pipe connection with 1 no. 40 mm nominal bore multiport valve

with internal distribution & collection system. The vessels should be fitted

FRP legs capacity to take requisite load and vibration i/c. fitting and fixing

properly in concrete foundation. The Mn02 of 20mm to 12mm size, will be

the filter media oxidizing the water to convert the Fe iron parameters to

ferric of the raw water,all fabrication complete as per direction of the

Engineer-in-Charge.

9 each 60000.00 540000.00

13.19 Providing & installation of 1 no. chlorination pump of 6(six) LPH capacity of

"E-dose" brand or its equivalent alongwith dosing tank make or pvc &

revelant electrical accessories as per direction of the Engineer-in-Charge.

9 each 17000.00 153000.00

Sub-Total 6769034.00

14 DRAINAGE

14.1 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff

mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand)

including testing of joints etc. complete :

14.1.1 150 mm diameter 1350 metre 314.35 424373.00

14.2 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10

graded stone aggregate 40 mm nominal size) all-round S.W. pipes including

bed concrete as per standard design :

14.2.1 150 mm diameter S.W. pipe 1350 metre 724.70 978345.00

14.3 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 :

14.3.1 300 mm dia. R.C.C. pipe 3150 metre 506.35 1595003.00

14.4 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 :

14.4.1 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) :

14.4.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 450 each 8507.00 3828150.00

14.5 Extra for depth for manholes :

Page 108: 3 NITpage1

108

14.5.1 Size 90x80 cm

14.5.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

45 metre 5638.20 253719.00

14.6 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 manufacture's

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.

450 each 311.60 140220.00

14.7 Providing and fixing in position pre-cast R.C.C. manhole cover and frame of

required shape and approved quality

14.7.1 L D- 2.5

14.7.1.1 Rectangular shape 600x450 mm internal dimensions 63 each 1131.70 71297.00

14.8 Constructing brick masonry road gully chamber 50x45x60 cm with bricks in

cement mortar 1:4 (1 cement : 4 coarse sand) including 500x450 mm pre-cast

R.C.C. horizontal grating with frame complete as per standard design :

14.8.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

630 each 3957.50 2493225.00

14.9 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.

14.9.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

18 each 18309.50 329571.00

Sub-Total 10113903.00

15 WATER PROOFING

15.1 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 :

15.1.1 With average thickness of 120 mm and minimum thickness at khurra as 65

mm. 10032 sqm 1019.05 10223110.00

Sub-Total

10223110.00

16 RAIN WATER HARVESTING & TUBEWELLS

Page 109: 3 NITpage1

109

16.1 Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable

method prescribed in IS: 2800 (part I), including collecting samples from

different strata, preparing and submitting strata chart/ bore log, including

hire & running charges of all equipments, tools, plants & machineries

required for the job, all complete as per direction of Engineer-in-charge, upto

90 metre depth below ground level.

16.1.1 All types of soil

16.1.1.1 300 mm dia 540 metre 407.10 219834.00

16.2 Gravel packing in tubewell construction in accordance with IS: 4097,

including providing gravel fine/ medium/ coarse, in required grading & sizes

as per actual requirement, all complete as per direction of Engineer-in-

charge. 72 cum 987.85 71125.00

16.3 Supplying, assembling, lowering and fixing in vertical position in bore well,

ERW (Electric Resistance Welded) FE 410 mild steel screwed and socketed/

plain ended casing pipes of required dia, conforming to IS: 4270, of reputed &

approved make, including painted with outside surface with two coats of

anticorrosive paint of approved brand and manufacture, including required

hire & labour charges, fittings & accessories, all complete, for all depths, as

per direction of Engineer-in-charge.

16.3.1 100 mm nominal size dia having minimum wall thickness 5.00 mm 216 metre 978.70 211399.00

16.3.2 150 mm nominal size dia having minimum wall thickness 5.00 mm 162 metre 1335.40 216335.00

16.4 Supplying, assembling, lowering and fixing in vertical position in bore well,

ERW (Electric Resistance Welded) FE 410 plain slotted (having slot of size

1.6/3.2 mm) mild steel threaded and socketed/ plain bevel ended pipe (type

A) of required dia, conforming to IS: 8110, of reputed and approved make,

having wall thickness not less than 5.40 mm, including painted with outside

surface with two coats of anticorrosive bitumestic paint of approved brand

and manufacture, including hire & labour charges, fittings & accessories, all

complete, for all depths, as per direction of Engineer -in-charge.

16.4.1 100 mm nominal size dia 162 metre 1041.15 168666.00

16.5 Development of tube well in accordance with IS : 2800 (part I) and IS: 11189,

to establish maximum rate of usable water yield without sand content

(beyond permissible limit), with required capacity air compressor, running

the compressor for required time till well is fully developed, measuring yield

of well by "V" notch method or any other approved method, measuring static

level & draw down etc. by step draw down method, collecting water samples

& getting tested in approved laboratory, i/c disinfection of tubewell, all

complete, including hire & labour charges of air compressor, tools &

accessories etc., all as per requirement and direction of Engineer-in-charge.

216 hour 677.10 146254.00

16.6 Providing and fixing suitable size threaded mild steel cap or spot welded

plate to the top of bore well housing/ casing pipe, removable as per

requirement, all complete for borewell of:

16.6.1 150 mm dia 9 each 195.15 1756.00

16.7 Providing and fixing M.S. clamp of required dia to the top of casing/ housing

pipe of tubewell as per IS: 2800 (part I), including necessary bolts & nuts of

required size complete.

16.7.1 150 mm clamp 9 each 1170.95 10539.00

16.8 Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of

pipe assembly of tubewell as per IS:2800 (part I).

16.8.1 100 mm dia 9 each 196.20 1766.00

Sub-Total 1047674.00

Total 502311495.00

Grand Total 502311495.00

Page 110: 3 NITpage1

110

PART -C

(ELECTRICAL WORK)

Page 111: 3 NITpage1

111

PROFORMA OF SCHEDULES SCHEDULE ‘A’

(iii) Schedule of quantities for Civil work(Enclosed) : See at pages from 95 to 109 (iv) Schedule of quantities for Electrical work(Enclosed) : See at page 136 to 147

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

Sl. No.

Description of item Quantity

Rates in figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

----------NIL----------

SCHEDULE ‘C’ Tools and plants to be hired to the contractor

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

----------- NIL ------------

SCHEDULE ‘D’ Extra schedule for specific requirements/ documents for the work, if any.—

: As mentioned in bid document

SCHEDULE ‘E’

Reference to General Conditions of contract

: General Condition of Contract for CPWD Works–2014 as amended/modified up to the OM No. DG/SE/CM/CON/287 dated 24-08-15.

Page 112: 3 NITpage1

112

Name of work: - Construction of 509 Border Out Post (BOPs) for Border Security

Force (BSF) along the Indo-Bangladesh Border (IBB) and the

Indo-Pakistan Border (IPB), SH: Constriction of 129 Border

Out post West Bengal Sector (26 Nos. BOP). SW: Constriction

of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4)

Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)

Pharasdngi i/c Internal Electrical Installation i/c Compound

Light & service connection to Building. Estimated cost of work : Civil work: Rs. 502311495/- Electrical work: Rs. 23838205/- Total: 526149700/- (iv) Earnest Money : Rs. 6261497/-(To be returned after receiving

Performance Guaranty).

(v) Performance Guarantee : 5% of tendered value (vi) Security Deposit : 2.5% of tendered value

SCHEDULE ‘F’ General Rules & Directions: Officer inviting tender : Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3

: See below clause 12

Definitions: 2 (v) Engineer-in-Charge

For Civil

For Electrical

: Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

Executive Engineer(E), BFE Division-III, CPWD,

IBBZ-I, Malda

2(viii) Accepting Authority : Chief Engineer(IBBZ-I) CPWD, Siliguri.

Page 113: 3 NITpage1

113

2(x)Percentage on cost of materials and labour to cover all overheads and profits. : ………… 15%(fifteen percent) ………… 2(xi) Standard schedule of Rates : DSR- 2014 with up to date

correction slips.

2(xii) Department : CPWD

9(ii) Standard CPWD contract Form Clause 1

:

General Condition of Contract for CPWD Works–2014 as amended/modified up to the OM No. DG/SE/CM/CON/287 dated 24-08-15.

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 allowable extension with late fee @0.1%

per day of performance guarantee amount beyond the period as provided in (i) above, in days.

…………… days. …………… days.

Clause 2 Authority for fixing compensation under Clause 2

: Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

Whether clause 2A shall be applicable

: yes

Clause 5

Number of days from the date of issue of letter of acceptance for reckoning date of start

: 22 days

Mile stone(s) as table given below:

15

07

Page 114: 3 NITpage1

114

Sl

No. Description of

Mile Stone (Physical Progress)

Time allowed in month

(from date of start)

Amount to be withheld in case of non-achievement

of milestone.

1. Completion of foundation and up to plinth level for Barrack and Office Block

04 Months

1% of the tendered value of work

2.

Completion of foundation and up to plinth level for remaining building elements.

06 Months

1% of the tendered value of work

3.

Completion of structures up to slab i/c related electrical work for all buildings.

08 Months

1% of the tendered value of work

4. Completion of slab/roof including related electrical works .

10 Months

1% of the tendered value of work

5

Completion of finishing and remaining civil and electrical works and site clearance.

12 Months

1% of the tendered value of work

Time allowed for execution of work

:

12 (twelve) months

Authority to decide: (i) Extension of time (Engineer-in-Charge

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

Executive Engineer,

Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur

(ii) Rescheduling of mile stones) Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

(iii) Shifting of date of start in case of delay in handing over of site

Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

Clause 6, 6A :

Page 115: 3 NITpage1

115

Clause applicable (6 or 6A) : Clause 6A Clause 7 : Gross work to be done together with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment:

: Rs. 4.15 Crore (For Civil work) Rs.19.80 Lakh (For Electrical work)

Clause 7A : Whether applicable : Yes Clause 10 A : List of testing equipment to be provided by the contractor at site lab

: As required to conduct the test in the field lab as per specifications/tender documents.

Clause 10 B(ii)(iii)

Whether clause 10-B(ii)(iii) shall be applicable

: …….......…… No……………..

Clause 10 C

Component of labour expressed as percent of value of work

: …….......…… 25% ……………..

Clause 10 CA:

Sl No.

Materials covered under this clause

Nearest Materials

(other than cement, steel, reinforcement

bars and structural steel) for

which All India Wholesale

Price Index to be followed.

Base Price and its corresponding period of all the materials covered

under clause -10CA

Base Price (per MT)

Corresponding period

1. Cement – 43 Grade (iii) OPC

Nil Rs. 6500/- August-2015

2. Reinforcement Bars (TMT)

Rs. 44000/- August -2015

Page 116: 3 NITpage1

116

Clause 10 CC: Not Applicable Clause 11: Specifications to be followed for execution of work

: For Civil Work CPWD Specification 2009 Vol. I & II with correction slips upto last date of receipt of bids. For Electrical Work CPWD Specification for electrical works Part-I(internal)-2013 & Part-II(external)-1995 with correction slips upto last date of receipt of bids.

Clause-12 12.2, 12.3 Deviation limit beyond which 30%

clause 12.2 & 12.3 shall apply for building work .

12.5 (i) Deviation limit beyond which clause 12.2 & 12.3 shall apply for Foundation work

(except earth work) 30%

(iv) Deviation Limit for items in earth work subhead of DSR or related items 100%

Clause 16: For Civil Work Competent Authority for deciding reduced rates: For amount limited upto 5%of Tendered value of civil component.

Superintending Engineer Border Fencing Circle-I, CPWD,

IBB Zone-I, Siliguri

For Electrical Work Competent Authority for deciding reduced rates: For amount limited upto 5% of Tendered value of electrical component.

Superintending Engineer(E) BFE Circle, CPWD

IBBZ-I, Matigara, Siliguri

Page 117: 3 NITpage1

117

Clause 18 : List of mandatory machinery tools & plants to be Deployed by the contractor at site

: As per contract provisions

Clause 25 : Constitution of Dispute Redressal Committee (DRC)

: For disputes above Rs. 25 lakh: (i) Chief Engineer, IBBZ-II: Chairman. (ii) SE(TLC & Admn), O/o ADG(B) :

Member. (iii) SE(P&A), IBBZ-II : Member

For disputes upto Rs. 25 lakh: (i) SE(TLC & Admn), O/o ADG(B) :

Chairman. (ii) EE(P), IBBZ-II : Member (iii) EE(P), IBBZ-I : Member

Clause 36 (i)

Sl No

Minimum Qualification

Discipline Designation

Min

imu

m

exp

erie

nce

Num

ber

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

clause 36(i)

Figures Words

1. Graduate Engineer

Civil Project

Manager

20 Years

(and having experience

of one similar

nature of work)

1 Rs. 60,000/- (Per month)

Rupees Sixty thousand only (Per month)

2. Graduate Engineer

Civil Deputy Project

Manager

12 years (and

having experien

ce of one

similar nature

of work)

1 Rs. 40,000/- (Per month per person)

Rupees Forty thousand only (Per month per

person)

Page 118: 3 NITpage1

118

3.

Graduate Engineer

Or Diploma Engineer

Civil Project /Site

Engineer

5 Years Or 10

Years respecti

vely

1 Rs. 25,000/- (Per month per person)

Rupees Twenty five thousand

only (Per month per

person)

4.

Graduate Engineer

Or Diploma Engineer

Elect. Project /Site

Engineer

5 Years Or 10

Years respecti

vely

1 Rs. 25,000/- (Per month per person)

Rupees Twenty five thousand

only (Per month per

person)

5.

Graduate Engineer

Or Diploma Engineer

Civil

Project planning/Quali

ty/ billing Engineer

2 Years

Or 5

Years respecti

vely

2 Rs. 15,000/- (Per month per person)

Rupees fifteen thousand only (Per month per

person)

Clause 42: i)

Schedule /Statement for determining theoretical quantity of cement & bitumen on the basis of

: DSR 2014 With correction slips issued till the date of receipt of bids.

ii) Variations permissible on theoretical quantities.

(a) Cement

For works with estimated cost put to

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

(b) Bitumen for all works : 2.5% plus only & nil on minus side

(c) Steel reinforcement and structural steel sections for each diameter, section and category

: 2% plus/minus

(d) GI Barbed wire : 2% plus/minus

(e) P. T. Concertina Coil : Nil

(f) All other materials : Nil

Page 119: 3 NITpage1

119

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl No.

Description of item Unit

Rates in figures and words at which recovery shall be made from the

Contractor

Excess beyond the Permissible

variation

Less use beyond the permissible

variation

1. Cement 43 Grade (ii) OPC

M.T.

NIL

Not Permitted

2. TMT Reinforcement bars M.T. NIL Not Permitted

Page 120: 3 NITpage1

120

TERMS & CONDITIONS FOR ELECTRICAL WORK

1 General

1.1 The work shall be carried out as per CPWD general specifications for Electrical

works (Part- I) – Internal 2013, (Part-II) – External 1995, other relevant CPWD

specifications amended up to date, with any modification indicated hereunder and in

the schedule of quantities.

1.2 Samples of all electrical items i/c switches, sockets, fixtures & fittings etc should be

got approved before installation. One sample BOP or rooms, as desired by Engineer-

in-Charge, shall be made ready for approval and duplication of same will be done in

other similar work. Any claim for excess / defective materials bought by the

contractor and not approved by the Engineer-In-Charge shall not be entertained.

1.3 All T & P required for the execution of shall be arranged by the contractor within his

quoted rates and nothing extra shall be paid on this account.

1.4 The contractor shall have to get the Main LT Panel fabricated from the approved

manufacturers. ( As per list of Acceptable Makes of Material ).The design and layout

as well as strengthening members of the panel to be fabricated and supplied shall be

as per the approved drawing / layout.

1.5 Depth of cable trench for cable laying direct in ground is to be kept as specified in the

specifications. Excavated soil is to be used as cushioning after that protective

covering is to be provided.

1.6 No deviation in specifications mentioned shall be allowed.

1.7 On completion of the work, detailed drawings showing the details of equipment and

wiring /cabling as installed shall be submitted in triplicate.

2 Inspection & Approval of Drawings of LT Panel:

2.1 Drawings of the Main Control Panel etc. shall be submitted as per Table of

Milestone, through a technically competent and authorized person.

2.2 Drawings shall be examined by the department and communication of approval of

drawings shall be sent and will be handed over to the site representative.

2.3 The material shall be offered for inspection as per Table of Mile Stone.

2.4 All items to be manufactured as per approved drawings, inspections and

observations. Non compliance shall lead to summarily rejection of such item and

action shall be taken under relevant terms and condition of the agreement.

2.5 Successful tenderer will get the inspection of the equipments done before dispatch at

his or his associated works. Tenderer shall furnish all necessary information for the

purpose and will also give sufficient notice regarding the dates proposed for routine

and all such tests to the department to facilitate their presence.

Page 121: 3 NITpage1

121

2.6 Inspection of the items of supply shall be done by the Engineer in charge or

authorized representative before they are dispatched to site of work. Copies of

inspection certificates issued by CPWD officers shall be attached with dispatch

documents to consignee. All arrangements for inspection of the materials at factory

shall be made by the tenderer and nothing extra shall be paid for the inspecting

officer at the time of inspection. However the cost of to and fro fare of the inspection

team shall be borne by the department.

2.7 Contractor shall arrange, before dispatch of the LT panels / feeder pillars, an

inspection and certification from the authorised engineer of the manufacturer of the

SDFUs about the genuineness and the same shall be submitted to the engineer-in-

charge along with inspection/test report prepared by the inspecting officer authorised

by the engineer-in-charge.

Page 122: 3 NITpage1

122

LIST OF PREFERED MAKES OF MATERIALS / MANUFACTURERS

Sl No.

Description of Item Preferred Makes

1 Piano type switch socket Anchor, CPL, MK,

2 SDFUs with HRC fuse for Main LT Panel

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

5 FR PVC wires ISI Marked:- Finolex /R.R. Kable/ Havells.

6 Ammeter, Voltmeter AE /L&T/Rishabh

7 Selector switch Kayee / BCH / Sulzer (L&T)/AE/Rishabh.

8 Indicating lamps VAISHNO/BCH / L & T / ESSEN

9 CTs AE / Meco / HPL / Kappa

10 MCB/MCCB/MCBDB L & T/ Siemens / GE/ABB/Legrand

11 Steel Conduit Pipe AKG/BEC - ISI marked

12 PVC Conduit Pipe ISI Marked

14 Synthetic Enameled Paints Duco, Shalimar, Berger, Asian, ICI, Johnson & Nicholson

15 Aluminum Conductor XLPE UG Cable Armored Cables

Finolex Cables Ltd./ Universal Cables Ltd./ Havells/Polycab/RR Kabel

16 Panel / Manufacturers (CPRI Approved with valid type test certificate)

17 Modular type Switch Socket Arteor of Legrand/Schneider/Delta Vega of Seimens/Crabtree

18. Celling Fan (ISI Marked)/ Five Star Usha, Havells ,Orient

19. Exhaust Fan./Wall Bracket Fan. EPC, Usha, Havell’s,

20. G.I. Pipe. TATA, Jindal Hissar, Bansal

21. Foot / Step Light Cat.No.-673136 of Legrand make or equivalent model of Thorn Phillips,GE Make

22 14 watt LED Down Lighter Philips, GE, Thorn make

23 1x4’ x 28 watt T-5 Fl. Fitting Cat No:- TMS 122M 1x TL5-28W, EBT of Phillips Make and equivalent model of, Thorn, GE make

24 LED type Bulk Head Fittings WT202W LED6S CW PSU SI PC model of Phillips or equivalent model of Thorn, Legrand, GE,Philips make

25 Post Top Lantern Fitting Thorn, GE ,Philips make

26 Flame proof Tubular 1x28 watt Fl. Luminary

Cat No. BJFF TL 128 T-5 of Bajaj or equivalent model of Thorn, GE, Havell's , Phillips make

27 LED Mirror Light Thorn, GE ,Philips make

Page 123: 3 NITpage1

123

28 Fancy Wall Bracket Fitting Thorn, GE ,Philips make

29 LED Bollard Light Thorn, GE ,Philips make

30 Fresh Air Fan Havells, Usha, Orient,Bajaj

Page 124: 3 NITpage1

124

Page 125: 3 NITpage1

125

Page 126: 3 NITpage1

126

Page 127: 3 NITpage1

127

Page 128: 3 NITpage1

128

Page 129: 3 NITpage1

129

Page 130: 3 NITpage1

130

Page 131: 3 NITpage1

131

Page 132: 3 NITpage1

132

Page 133: 3 NITpage1

133

Page 134: 3 NITpage1

134

Page 135: 3 NITpage1

135

Page 136: 3 NITpage1

136

Page 137: 3 NITpage1

137

SCHEDULE OF QUANTITY

N/W:- Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF) along the Indo-Bangladesh

Border (IBB) and the Indo-Pakistan Border (IPB) , C/o 129 BOPs in West Bengal Sector, 26 Nos composite BOP.

SH: - Construction of 6 Nos (Platoon Level) BOP at Digisal, Kakot, Mannagar, Pariyal, Pharasdngi & Purangaon &

3 Nos Company Level BOP at Kusumtala, Hariharpur & Bamoor Uttar Dinajpur Dist.[SH: - Providing Internal

Electrical Installation i/c Compound Lights & Service connection to Buildings & Drinking water Pump Set].

SL NO DESCRIPTION OF WORK UNIT QUANTITY RATE

(Rs)

AMOUNT

(Rs.)

SH:-I (WIRING WITH STEEL CONDUIT )

1.1 Wiring for light point/ fan point/ exhaust fan point/ call bell

point with 1.5 sq.mm FRLS PVC insulated copper conductor

single core cable in surface / recessed steel conduit, with

piano type switch, phenolic laminated sheet, suitable size MS

box and earthing the point with 1.5 sq.mm. FRLS PVC

insulated copper conductor single core cable etc as required.

1.1.1 Group A (Garrage,Gen Shed,Eletrical Substation,Store

POL,Bunker,Sentry post, Toilet Block) Point 441.00 635.00 280035.00

1.2 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.

1.2.1 Group B ( Barrack, SOS, Kithchen) Point 1509.00 811.00 1223799.00

1.2.2 Group C (KOTE,WIRELESS & CQMH,MAGZINE,ADMIN BLOCK) Point 603.00 1003.00 604809.00

1.3 Wiring for circuit/ submain wiring alongwith earth wire

withfollowing sizes of FRLS PVC insulated copper conductor,

single core cable in surface/ recessed steel conduit as

required

1.3.1 2x1.5 sq.mm. + 1x1.5 sq.mm. Earth wire Metre 4000.00 175.00 700000.00

1.3.2 2x6 sq.mm. + 1x6 sq.mm. Earth wire Metre 180.00 315.00 56700.00

1.4 Wiring for light/ power plug with 2X4 sq. mm FRLS PVC

insulated copper conductor single core cable in surface/

recessed steel conduit alongwith 1 No 4 sq. mm FRLS PVC

insulated copper conductor single core cable for loop

earthing as required.

Metre 3800.00 233.00 885400.00

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

insulated copper conductor single core cable in surface/

recessed steel conduit alongwith 2 Nos 4 sq. mm FRLS PVC

insulated copper conductor single core cable for loop

earthing as required.

Metre 990.00 359.00 355410.00

Page 138: 3 NITpage1

138

1.6 Supplying and fixing of following sizes of medium class PVC

conduit along with accessories in surface/recess including

cutting the wall and making good the same in case of

recessed conduit as required.

1.6.1 20 mm Metre 540.00 53.00 28620.00

1.6.2 25 mm Metre 180.00 65.00 11700.00

1.7 Supplying and drawing following sizes of FR PVC insulated

copper conductor, single core cable in the existing surface/

recessed steel/ PVC conduit as required.

1.7.1 6 x 1.5 sq. mm Metre 130.00 49.00 6370.00

1.8 Supplying and drawing 4 pair 0.5 mm dia FRLS PVC insulated

annealed copper conductor, unarmored telephone cable in

the existing surface/ recessed steel/ PVC conduit as required. Metre 1600.00 27.00 43200.00

1.9 Supplying and fixing metal box of 100 mm X 100 mm X 60

mm deep (nominal size) on surface or in recess with suitable

size of phenolic laminated sheet cover in front including

painting etc as required.

Each 54.00 108.00 5832.00

1.10 Supplying and fixing following piano type Telephone socket

outlet socket on the existing switch box/ cover including

connections etc. as required. Each 54.00 95.00 5130.00

TOTAL OF SH:-I (WIRING WITH STEEL CONDUIT )

4207005.00

SH:-II ( FITTINGS AND ACCESSORIES)

2.1 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. (For light

plugs to be used in non residential buildings).

Each 420.00 303.00 127260.00

2.2 Supplying and fixing suitable size GI box with modular plate

and cover in front on surface or in recess, including providing

and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and

15/16 amps modular switch, connection etc. as required. Each 276.00 395.00 109020.00

2.3 Supplying and fixing metal box of 180mm X 100mm X 60mm

deep (nominal size) on surface or in recess with suitable size

of phenolic laminated sheet cover in front including

providing and fixing 6 pin 15/16 amps socket outlet and

15/16 amps piano type switch, connection, painting etc. as

required.

Each 153.00 276.00 42228.00

Page 139: 3 NITpage1

139

2.4 Supplying and fixing brass batten/ angle holder including

connection etc. as required. Each 120.00 73.00 8760.00

2.5 Supplying and fixing call bell/ buzzer suitable for single

phase,230 volts, complete as required. Each 54.00 61.00 3294.00

2.6 Supplying ,Installation,testing&commissioning of 4 Watt (not

less than 35 lumens/Watt) LED Step/foot Lights,having IP-66

Protection, suitable for Operation for 230/250Volts A.C

supply alongwith all accessories like LED lamp,driver etc as

required.

Each 45.00 637.00 28665.00

2.7 Supplying ,Installation, testing and commissioning of Circular

in shape Surface mounted decorative energy saving 14 Watt

LED down lighter having pressure die-cast aluminium housing

with white front frame, opal diffuser cover ,complete with

LED lamp,driver etc. directly on ceiling, including connection

with 1.5 sq. mm FRLS PVC insulated, copper conductor, single

core cable and earthing etc. as required.

Nos 360.00 3532.00 1271520.00

2.8 Supplying ,Installation, testing and commissioning of pre-

wired 1 x 4' x 28 W Box type T-5 flourescent fittings,

complete with all accessories and T-5 lamps 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 531.00 1261.00 669591.00

2.9 Supplying,Installation, testing and commissioning of pre-

wired 1 x 4' x 28 W Box type T-5 flourescent fittings,

complete with all accessories and T-5 lamps etc, including

supplying and fixing ball and socket arrangement, 2 no. down

rods of 20 mm dia X 1.6 mm thick steel conduit upto 30 cm

length, painting and wiring the down rods and connection

with 1.5 sq. mm FRLS PVC insulated, copper conductor, single

core cable and earthing etc. as required.

Nos 378.00 1402.00 529956.00

2.10. Supplying ,Installation, testing and commissioning of LED

type Bulk head fitting energy efficent IP 66 Protection,

minimum 600 lumens output complete with all accessories

and LED lamps etc. directly on ceiling, including connection

with 1.5 sq. mm FRLS PVC insulated, copper conductor, single

core cable and earthing etc. as required.

Nos 45.00 1668.00 75060.00

Page 140: 3 NITpage1

140

2.11. Providing and fixing extra conduit down rod of 20 mm dia, 2

X 10 cm length wiring with 2 X 1.5 sq. mm FR PVC insulated,

copper conductor, single core cable including painting etc. as

required. (Note : More than 5 cm length shall be rounded to

the nearest 10 cm and 5 cm or less shall be ignored)

Nos 345.00 31.00 10695.00

2.12 Supplying ,Installation, Testing and commissioning integral

decorative Post Top lantern 40 Watt LED fixture, having IP-65

Protection consisting of integrated driver complete with

accessories like LED lamp,driver etc. with necessary wiring

etc. as required.

Nos 36.00 10546.00 379656.00

2.13 Supplying ,Installation, testing and commissioning of 10Watt

LED Bollard Light fittings alongwith its all accessories like LED

lamp,driver etc. on the existing C.C. foundation, made out of

Die Cast base and ring opal acrylic diffuser having IP-65

protection, i/c connetion testing and commissioning etc as

required.

Nos 135.00 6466.00 872910.00

2.14 Supplying Installation, testing & commissioning of celing fan

of following size i/c wiring the down rod of standard length (

up to 30 Cm) with 1.5 sqmm FR PVC insulated copper

conductor single core cable etc as required.

(ISI Marked)

2.14.1 1200 (48") mm sweep. ( 5 Star rated ) Nos 45.00 1798.00 80910.00

2.14.2 1400 (56") mm sweep. Nos 495.00 1812.00 896940.00

2.15

Supplying and fixing extra down rod of 10 cm length G.I. pipe

,15 mm dia, heavy gauge including painting etc. as required.

(Note : More than 5 cm length shall be rounded to the

nearest 10 cm and 5 cm or less shall be ignored)

Nos 540.00 23.00 12420.00

2.16 Supplying and fixing of 100 watt ,stepped piano type

electronic fan regulator on the existing Phenolic Laminated

sheet & switch box including connections etc. as required . Nos 18.00 222.00 3996.00

2.17 Supplying and fixing stepped type electronic fan regulator on

the existing modular plate switch box including connections

but excluding modular plate etc. as required Nos 522.00 284.00 148248.00

2.18 Supplying, Installation, testing and commissioning of light

duty 230 mm sweep , 1370 RPM, Metal Blade Exhaust Fan in

the existing opening complete with louvers, shutter's i/c

making good the damage, connection, etc. as required. Nos 102.00 1355.00 138210.00

Page 141: 3 NITpage1

141

2.19 Supplying, Installation, testing and commissioning of light

duty 380 mm sweep , 1420 RPM, Metal Blade Exhaust Fan in

the existing opening complete with louvers, shutter's i/c

making good the damage, connection, etc. as required. Nos 60.00 3043.00 182580.00

2.20 Supplying, and fixing of modular blanking plate on the

existing modular plate & switch box including connections

but excluding modular plate etc as required. Nos 180.00 23.00 4140.00

2.21 Supplying and Fixing of wall Bracket fan aerodynamitically

design, powder coated having capacity 400 mm sweep 1330

RPM, with speed regulator suitable for operation in 230

volts 50 Hz, AC supply etc as required. Each 72.00 1606.00 115632.00

2.22 Supplying ,Installation, testing and commissioning of Flame

proof tubular luminaire, epoxy finish alumunium housing

with heat resistant glass , inbuilt control gear accessories,

external reflector suitable for 1 x 28 Watt T-5 Flouresent

lamp of all types, complete with 28 watt T5 Fl. lamps etc.

directly on ceiling, including connection with 1.5 sq. mm FRLS

PVC insulated, copper conductor, single core cable and

earthing etc. as required.

Each 18.00 9007.00 162126.00

2.23 Supplying ,Installation, testing and commissioning of 1 x 2' x

10 Watt LED Mirror Light luminaire, with front glass , inbuilt

control gear accessories, complete with LED lamps ,driver

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.

Each 96.00 1136.00 109056.00

2.24 Supplying ,Installation, testing and commissioning of 1 no

decorative TYPE Fancy Wall Bracket, complete with 8 watt

CFL lamps etc. directly on wall, including connection with 1.5

sq. mm FRLS PVC insulated, copper conductor, single core

cable and earthing etc. as required.

Each 45.00 1455.00 65475.00

2.25 Supplying, Installation, testing and commissioning of light

duty fresh Air non metalic 200 mm sweep 900 RPM, PVC

blade exhaust fan in the existing opening complete with

louver's shuttet i/c making good damage,connection, etc as

required.

Nos 54.00 1210.00 65340.00

TOTAL OF SH:-II ( FITTINGS AND ACCESSORIES)

6113688.00

SH:-III ( MCB DB & SDB WITH MCB)

Page 142: 3 NITpage1

142

3.1 Supplying and fixing following way, single pole and

neutral,sheet steel,MCB distribution board,240 volts, on

surface/recess,complete with tinned copper busbar,neutral

busbar,earth bar,dinbar,interconnections,powder painted

including earthing etc. as required.(But without

MCB/RCCB/Isolator)

3.1.1 2+ 4 way/ 6 way, Double door Each 63.00 923.00 58149.00

3.1.2 2+ 6 way/ 8 way, Double door Each 63.00 1041.00 65583.00

3.2 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)

3.2.1 4 way (4 + 12), Double door Each 48.00 2175.00 104400.00

3.2.2 8 way (4 + 24), Double door Each 18.00 3148.00 56664.00

3.30 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts,

miniature circuit breaker suitable for inductive load of

following poles and curve in the existing MCB DB complete

with connections, testing and commissioning etc. as

required.

3.3.1 Single pole,C-Curve Each 1638.00 169.00 276822.00

3.3.2 Single pole and neutral,C-Curve Each 108.00 441.00 47628.00

3.3.3 Triple pole and neutral,C-curve Each 66.00 887.00 58542.00

3.4 Supplying and fixing 20 amps, 240 volts, SPN industrial type,

socket outlet, with 2 pole and earth, metal enclosed plug top

alongwith 20 amps “C” curve, SP, MCB, in sheet steel

enclosure, on surface or in recess, with chained metal cover

for the socket out let and complete with connections, testing

and commissioning etc. as required.

Each 93.00 954.00 88722.00

3.5 Fabricating, Supplying, installation testing and commissioning

of wall/ floor mounted cubicle type panel board of front area

not less than 2.2 sq.mtr, and depth not less than 20 cms.,

fabricated/made out of 14 SWG M.S. sheet with 200 Amp.,

TP & N, PVC encapsulated Aluminium bus bar, duly

compartmentalised having hinged doors with proper locking

arrangement, dust & vermine proof, powder coated with

approved shade i/c providing and fixing of following electrical

accessories/ switch gears, connections, inter connections etc.

as required:-

3.5.1 200 amps capacity TPN SDFU with HRC fuse ------ 1 no

3.5.2 63 amps capacity TPN SDFU with HRC fuse ------ 8 no

Page 143: 3 NITpage1

143

3.5.3 32 amps capacity TPN SDFU with HRC fuse ------ 6 no

3.5.4 0-500V, 96mm.sq., analog type, voltmeter with selector

switch - 1 No.

3.5.5 0-100 Amp., 96mm.sq., CT operated analog type ammeter

with 200/5 CTS (3 Nos.) & selector switch - 1 set

3.5.6 25mm dia, LED indicating lamp & holder with 6 Amp., B-

series, SP MCB - 3 Set. Job 9.00 85802.00 772218.00

TOTAL OF SH:-III ( MCB DB & SDB WITH MCB)

1528728.00

SH:-IV ( EARTHING & LOOP EARTHING & L/CONDUCTOR)

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. Set 810.00 3926.00 3180060.00

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.

Set 36.00 4490.00 161640.00

4.3 Providing and laying earth connection from earth electrode

with 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from earth

electrode including connection with G.I. thimble excavation

and re-filling as required.

Metre 810.00 151.00 122310.00

4.4 Providing and fixing 6 SWG dia G.I. wire on surface or in

recess for loop earthing as required.

Metre 450.00 35.00 15750.00

4.5 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in

recess for connections etc. as required.

Metre 72.00 142.00 10224.00

4.6 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.

Each 27.00 369.00 9963.00

4.7 Jointing G.I. tape (with another G I tape, base of the finial or

any other metallic object) by riveting / nut bolting/ sweating

and soldering etc as required. Each 90.00 72.00 6480.00

4.8 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)

Metre 180.00 68.00 12240.00

4.9 Fixing of copper/ G.I. tape 20 mm X 3 mm thick on parapet or

surface of wall for lightning conductor complete as

required.(For vertical run)

Metre 200.00 98.00 19600.00

Page 144: 3 NITpage1

144

4.10 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 G.I. strip, 125 mm long, with 4 nos. of G.I. bolts,

nuts, chuck nuts and spring washers etc. complete as

required.

Each 18.00 71.00 1278.00

4.11 Providing and laying G.I. tape 32 mm X 6 mm from earth

electrode directly in ground as required.

Metre 135.00 141.00 19035.00

4.12 Providing and fixing 6 SWG dia G.I. wire on surface or in

recess for loop earthing along with existing surface/ recessed

conduit/ submain wiring/ cable as required.(for looping of

bollards and post top fittings)

Metre 4158.00 23.00 95634.00

TOTAL OF SH:-IV ( EARTHING & LOOP EARTHING &

L/CONDUCTOR) 3654214.00

SH:-V ( COMPOUND LIGHTS AND SERVICE CONNETION TO

BUILDG's )

5.1 Supplying & Laying of one number XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

5.1.1 2x6 sq. mm. Metre 2790.00 264.00 736560.00

5.1.2 2x10 sq. mm. Metre 1080.00 282.00 304560.00

5.1.3 3½x25 sq. mm. Metre 4590.00 357.00 1638630.00

5.2 Supplying & Laying of one number additional XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size direct in ground in the same trench in one tier horizontal formation including excavation, sand cushioning, protective covering and refilling the trench etc as required.

5.2.1 2x6 sq. mm. Metre 990.00 202.00 199980.00

5.2.2 2x10 sq. mm. Metre 2115.00 220.00 465300.00

5.2.3 3½x25 sq. mm. Metre 4725.00 295.00 1393875.00

5.3

Supplying & Laying of one number XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size in the existing RCC/ HUME/ METAL pipe as required.

5.3.1 2x6 sq. mm. Metre 144.00 85.00 12240.00

5.3.2 2x10 sq. mm. Metre 171.00 103.00 17613.00

5.3.3 3½x25 sq. mm. Metre 504.00 178.00 89712.00

Page 145: 3 NITpage1

145

5.4

Supplying & Laying of one number XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size in the existing masonry open duct as required.

5.4.1 2x6 sq. mm. Metre 90.00 81.00 7290.00

5.4.2 2x10 sq. mm. Metre 90.00 99.00 8910.00

5.4.3 3½x25 sq. mm. Metre 315.00 174.00 54810.00

5.5

Supplying,Laying and fixing of one number XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size on wall surface as required.

5.5.1 2x6 sq. mm. Metre 72.00 93.00 6696.00

5.5.2 2x10 sq. mm. Metre 234.00 111.00 25974.00

5.5.3 3½x25 sq. mm. Metre 252.00 186.00 46872.00

5.6 Supplying & laying of one number XLPE insulated PVC Sheathed Aluminium Conductor Armoured U.G. Power cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following size in the existing MCB DB/Cubicle panel/Loose wire box/ loose in air for connection purpose etc. as required.

5.6.1 2x6 sq. mm. Metre 72.00 69.00 4968.00

5.6.2 2x10 sq. mm. Metre 180.00 87.00 15660.00

5.6.3 3½x25 sq. mm. Metre 252.00 162.00 40824.00

5.7 Supplying and making end termination with brass

compression gland and aluminium lugs for following size of

PVC insulated and PVC sheathed / XLPE aluminium conductor

cable of 1.1 KV grade as required

5.7.1 2 X 6 sq. mm (19mm) Each 426.00 147.00 62622.00

5.7.2 2 X 10 sq. mm (22mm) Each 120.00 148.00 17760.00

5.7.3 3½x25 sq. mm (28mm) Each 174.00 247.00 42978.00

5.8 Providing, laying and fixing 50 mm dia G.I. pipe (medium

class) in ground complete with G.I. fittings including

trenching (75 cm deep)and re-filling etc as required Metre 642.00 450.00 288900.00

5.9 Supplying and embedding 40mm dia 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.

Metre 186.00 325.00 60450.00

TOTAL OF SH:-V (COMPOUND LIGHTS AND SERVICE

CONNETION TO BUILDG's ) 5543184.00

SH:-VI (DRINKING WATER PUMP SETS)

Page 146: 3 NITpage1

146

6.1 Supplying and installation testing and commissioning of Star Rated,

Energy Efficeint Eff2 Horizontal submersible pump set suitable for

erection on open well of required HP with 415 V 50 c/s.A.C. supply,

having delivery head from 36 to 24 m. and discharge from 490 to

600 Itrs. per minute (Max efficiency at 32 m head & 175 Itr/M

discharge) & delivery pipe of necessary diameterline erected with

necessary H type clamps etc as required.

EACH 18.00 31655.00 569790.00

6.2 Supplying Installation Testing and Commissioning of Energy Efficent

Eff2 Submersible pumpset suitable for 100 mm dia. borewell of

required HP with, 415 V 50 cycles A.C., suitable for 150 to 330 LPM

discharge at 60 to 35 m head & (Max. effciency at 34 m head 330

LPM discharge ) & delivery pipe of necessary 50mm diameter with

a necessary H. type clamp etc as required.

EACH 9.00 32420.00 291780.00

6.3 Supplying of Submersible pumpset suitable for 100 mm dia.

borewell of required HP with, 415 V 50 cycles A.C., suitable for 150

to 330 LPM discharge at 60 to 35 m head & (Max. effciency at 34 m

head 330 LPM discharge ) & delivery pipe of necessary 50mm

diameter with a necessary H. type clamp etc as required.

EACH 9.00 25989.00 233901.00

6.4 Supplying and Fixing flat flexible 3 core 2.5 sq mm PVC sheathed

submersible type copper cable as per IS: 5831 1984 suitably

clamped at fixed intervals with column pipe assembly complete etc

as required.

METER 1400.00 126.00 176400.00

6.5 Supplying and erecting ISI mark G.I.pipe in the Suction/Delivery

Pipe line of 50 mm dia ‘B’ class at position with accessories such

bend, tee, Union etc. as required.

METER 900.00 526.00 473400.00

6.6 Providing, laying and fixing 32mm dia G.I. pipe (light class) in

ground complete with G.I. fittings including trenching (75 cm

deep)and re-filling etc as required

METER 600.00 252.00 151200.00

6.7 Supplying and Fixing following accessories on the existing Suction /

Delivery Pipe line i/c Connection, Testing etc as required.

6.7.1 50 mm dia Gun-Metal Gate Valve Screwed type ISI marked. EACH 54.00 4227.00 228258.00

6.7.2 50 mm dia Gun-Metal Gate Non-Return Valve (Vertcal type)

Screwed type ISI marked. EACH 45.00 2565.00 115425.00

6.7.3 Pressure gauge of 100 mm dia., 0-300 PSI or 0-14 kg per cm square

fitted with 12/15 mm Ø. pad cock valve, and G.I. pipe, elbow etc. EACH 45.00 2619.00 117855.00

6.7.4 2 "(Inch) x 4 " (inch) Long 7 mm thick G.I. Socket. EACH 144.00 222.00 31968.00

Page 147: 3 NITpage1

147

7.0 Supplying, Installation, testing & commissioning of cubicle type

panel board of size not less than 800 mm x 650 mm x 200 mm

fabricated in compartmentalised designed from CRCA sheet steel

of 2 mm thick for frame work detachable gland plates for suitable

cable entry i/c cleaning & finishing with powder coated paint in

approved shade having 4 strip aluminium alloy bus bar 300 mm

long of 100 amps capacity with DMC / SMC bus bar supporter with

2 nos earth stud for solid earth connections, wiring from main bus

bar to switch gear / MCCB/MPCB with suitable size of PVC cable ,

provesion for fixing of MCCB & MPCB, DOL stater, 3 nos indicating

lamps with HRC fuses as per approved drawing i/c providing and

fixing the following accessories etc as required.

7.1.2 Motor Protection Circuit Breaker with Short Circuit & O/L

protection 10A capacity,T/R-6.3 to 10Amp for 4.00 KW load----------

-- 3 Nos.(L&T,Simens or C&S make).

7.1.3 Submersible Pump Controler (MU-G6) suitable for 4.5 KW, 6 HP

Motor set having relay range 9 to 14 Amp ------------ 3

Nos.(L&T,Simens, MDS,GE make).

7.1.4 Analog type Ammeter 0 to 30 Amps Capacity with suitable C.T.

ratio and Ammeter Selector Switch--------- 1 no. (L&T,Risab or AE

make)

7.1.5 Analog type Voltmeter 0 to 500 Volts Capacity with Voltmeter

Selector Switch--------- 1 no.(L&T,Rishab or AE make).

7.1.6 Phase Indicating Lamps with toggle switch and Backelite HRC fuse

unit ----- 3 Set.

7.1.7 M.V. Danger Notice Plate---- 1 nos. JOB 9.00 44601.00 401409.00

TOTAL OF SH:-VI ( DRINKING WATER PUMP SET)

2791386.00

Total SH:

23838205.00

Page 148: 3 NITpage1

148

Name of work: “Construction of 509 Border Out Post (BOPs) for Border Security

Force (BSF) along the Indo-Bangladesh Border (IBB) and the Indo-

Pakistan Border (IPB), SH: Constriction of 129 Border Out post

West Bengal Sector (26 Nos. BOP). SW: Constriction of 9 Nos. BOP

at (1) Kusumtala (2) Hariharpur (3) Digisal (4) Kakot (5)

Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9) Pharasdngi

i/c Internal Electrical Installation i/c Compound Light & service

connection to Building”.

Estimated Cost for Civil Work

A] Civil Work – : Rs. 502311495/-

I/We agree to execute this work at % ( Percent) above /below the estimated cost put to tender.

Signature of contractor with seal

Estimated Cost for Electrical Work

B] Electrical Work- : Rs. 23838205/-

I/We agree to execute this work at % ( Percent) above /below the estimated cost put to tender.

Signature of contractor with seal