Beruflich Dokumente
Kultur Dokumente
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:
1.
2.
3.
4.
5.
6.
12 Months
Index........
Part-A
Press Notice......................................................................................................
CPWD-6 for e Tendering ......
Percentage Rate Tender & Contract for Works CPWD-7........
Proforma of Schedules (A to F)
Page No.
From
To
01
01
02
02
03
03
04
10
11
13
14
22
23
25
33
34
50
53
79
87
95
24
32
33
49
52
78
86
94
110
Part-C
15. Proforma of Schedules (A to F)
16. Terms and conditions for the electrical work...................................................
17. List of Drawing (Electrical)...................................................................................
18. Schedule of work for electrical portion.............................................................
19. Proforma for filling percentage rate by tenderer ...............................................
111
112
121
125
138
148
111
120
124
137
147
148
Superintending Engineer(P&A)
IBB Zone-I, CPWD
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
Part-A
(Civil work)
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.
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 March2015.
c) Should have a solvency of Rs. 21.05 cr.
1.3To 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.
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.
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.
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.
Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Bankers Cheque or Deposit at call receipt or Fixed Deposit Receipt drawn in Favour of
Executive Engineer, Buniadpur Central Division, CPWD, IBBZ, Buniadpur shall be
scanned and uploaded to the e-tendering website within the period of bid submission,
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 etendering 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-inCharge.
10 The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i)
(ii)
(iii)
(iv)
(v)
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
contractors 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:-
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
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
20.6
Entire work under the scope of composite tender including major and all minor
components shall be executed under one agreement.
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.
11
CPWD 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
State
Branch
:
:
West Bengal.
B & R.
Circle
Division
Zone
:
:
BFC-I, Siliguri
BFD-III, Buniadpur
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.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
I/We hereby tender for the execution of the work specified for the President of India within
the time specified in Schedule F, viz., schedule of quantities and in accordance in all
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.
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 retendering 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:
Witness:
Address:
Occupation :
Signature of Contractor
Postal address:
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
14
PROFORMA OF SCHEDULES
SCHEDULE A
(i)
(ii)
SCHEDULE B
Schedule of materials to be issued to the contractor.
Sl.
No.
Description of item
Quantity
Rates in
words at
material
charged
contractor
figures &
which the
will
be
to
the
Place of
Issue
----------NIL---------SCHEDULE C
Tools and plants to be hired to the contractor
Sl.
Description
Hire charges per day
No.
Place of issue
SCHEDULE D
Extra schedule for specific requirements/
documents for the work, if any.
As
mentioned
document
in
bid
SCHEDULE E
Reference to General Conditions of
contract
15
Name of work: -
Earnest Money
(ii)
Performance Guarantee :
5% of tendered value
(iii)
Security Deposit
SCHEDULE F
General Rules & Directions:
:
:
For Civil
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
Executive Engineer(E),
BFED-III, CPWD,
IBBZ-I, Malda
For Electrical
2(viii) Accepting Authority
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
Chief Engineer(IBBZ-I)
CPWD, Siliguri.
16
15%(fifteen percent)
2(xii) Department
CPWD
Clause 1
i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and Progress) 15
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)
days.
days.
Clause 2
Authority for fixing compensation under
Clause 2
Whether
clause
applicable
2A
shall
be :
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
yes
Clause 5
Number of days from the date of issue :
of letter of acceptance for reckoning
date of start
Mile stone(s) as table given below:
22 days
17
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
2.
Completion of foundation
and up to plinth level for
remaining building
elements.
06 Months
3.
Completion of structures
up to slab i/c related
electrical work for all
buildings.
08 Months
4.
Completion of slab/roof
including related electrical
works .
10 Months
Completion of finishing
and remaining civil and
electrical works and site
clearance.
12 Months
Sl
No.
12 (twelve) months
Authority to decide:
(i)
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
(ii)
18
Clause 6, 6A :
:
Clause 6A
Clause 7A :
Whether applicable
Yes
Clause 10 A :
List of testing equipment to be provided :
by the contractor at site lab
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
.
1.
2.
Cement 43 Grade
(i) OPC
Reinforcement
Bars
(TMT)
Nearest
Materials
(other than
cement, steel,
reinforcement
bars and
structural
steel) for
which All India
Wholesale
Price Index to
be followed.
Base Price
(per MT)
Corresponding
period
Rs. 6500/-
August-2015
Rs. 44000/-
August-2015
Nil
19
Clause 10 CC:
Not Applicable
Clause-12
12.2, 12.3
12.5
30%
.
30%
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
Superintending Engineer(E)
BFE Circle, CPWD
IBBZ-I, Matigara, Siliguri
20
Clause 18 :
List of mandatory machinery tools &
plants to be Deployed by the contractor
at site
Clause 25 :
Constitution of Dispute
Committee (DRC)
Redressal
Minimum
Qualification
Discipline
Designation
Number
Sl
No
Minimum
experience
Clause 36 (i)
Rate at which recovery shall be
made from the contractors in the
event of not fulfilling provision of
clause 36(i)
Figures
Words
Rupees Sixty
thousand only
(Per month)
Rupees Forty
thousand only
(Per month per
person)
20
Years
1.
2.
Graduate
Engineer
Graduate
Engineer
Civil
Civil
Project
Manager
Deputy
Project
Manager
(and having
experience
of one
similar
nature of
work)
12 years
(and
having
experien
ce of
one
similar
nature
of work)
21
3.
Graduate
Engineer
Or
Diploma
Engineer
4.
Graduate
Engineer
Or
Diploma
Engineer
5.
Graduate
Engineer
Or
Diploma
Engineer
Civil
Elect.
Civil
Project /Site
Engineer
5 Years
Or
10
Years
respecti
vely
Project /Site
Engineer
5 Years
Or
10
Years
respecti
vely
Project
planning/Quali
ty/ billing
Engineer
2
Years
Or
5
Years
respecti
vely
Rupees Twenty
five thousand
only
(Per month per
person)
Rupees Twenty
five thousand
only
(Per month per
person)
Rupees fifteen
thousand only
(Per month per
person)
Clause 42:
:
DSR 2014
With correction slips issued
till the date of receipt of bids.
2% plus/minus
2% plus/minus
2% plus/minus
Nil
(f)
Nil
i)
ii)
22
Sl
No.
1.
2.
Description of item
Unit
Cement 43 Grade
(i) OPC
M.T.
NIL
Not Permitted
M.T.
NIL
Not Permitted
23
2.
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.
5.
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.
8.
25
FLY LEAFS
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.
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.
28
9.
10
11
12
All the MAS Registers including Cement and Steel Registers shall be
maintained by Contractor which shall be issued to the contractor by Engineer-incharge 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.
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.
Minimum QA plan may vary work to work basis depending upon nature as
volume of work.
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.
29
30
31
32
33
PART B
(CIVIL WORK)
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.
35
1.6
1.7
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.
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.
Contractor shall take all precautionary measures to avoid any damage to adjoining
property. All necessary arrangement shall be made at his own cost.
1.11
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
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.
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.
1.15
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.
36
1.17
1.18
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.
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.
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.
1.21
1.22 All material shall only be brought at site as per program finalized with the Engineer-inCharge. 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.
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
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.
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.
1.31
1.32
2.0
(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 contractors final bill.
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.
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.
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: -
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.
40
4.2
The contract is confidential and must be strictly confirmed to the contractors 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
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
5.6
5.7.1 Normally contractors 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
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
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 contractors 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
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)
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.
42
7.5
8.0
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 manufacturers test certificate or test certificate from
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
10.0
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 manufacturers 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-inCharge 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 weeks 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:
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 Engineerin-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-inCharge in regard to theoretical quantity of cement which should have been actually
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
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
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)
10.4
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.
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:
47
Cement Register
CEMENT TYPE:
[PSC/ PPC/ OPC 43 Gd (Only one to be retained)]
Date
of
receip
t
(1)
10.5
Cement
Manufacturers
name
and
Locatio
n of
Cement
Plant
Quantit
y
receive
d
(2)
(3)
Progressiv
e total
(4)
Date
of
issu
e
(5)
Quantit
y
issued
(6)
Item
of
work
for
which
issue
d
Quantit
y
returne
d at the
end of
the day
Total
issu
e
(7)
(8)
(9)
Daily
balanc
e at
hand
Contractor
s initial
JEs
initia
l
Remarks
AE/
AEE/
EE at
periodica
l checks
(10)
(11)
(12)
(13)
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 -inCharge 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
48
FOR CONSIGNMENT
BELOW 100 TONNES
One sample for each 25
Under 10 mm dia
tonnes or part thereof.
One sample for each 35
10 mm to 16 mm dia
tonnes or part thereof.
One sample for each 45
Over 16 mm dia
tonnes or part thereof
SIZE OF BAR
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-inCharge 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.
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
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-inCharge 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.
50
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 SEs 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 SEs 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.
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-inCharge 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.
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)
ii)
By the contractor, if the test results show that the material/items of work do not
conform to the relevant Specifications.
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)
(ii)
(iii)
(iv)
Inspection of works
Inspection of quarries and collection of test samples there from
Collection of samples of all materials brought at site
Testing of all materials at field laboratory/out side laboratory approved by
Engineer-in-Charge
52
12.
TPIA will perform testing and inspection at frequency deemed fit by it to ensure that
contractors quality control test results and workmanship are in order. TPIA shall also
monitor contractors 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 manufacturers 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.
53
PARTICULAR SPECIFICATIONS
1.0
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
(c) Water
(d) Cement
(e) Admixture/
Plasticizer
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-incharge 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
s
=
=
The standard deviation for different grades of concrete shall be as follows: GRADE OF CONCRETE
STANDARD DEVIATION
M-20
M-25
M-30
M-35
4.0
4.0
5.0
5.0
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.
56
2.1.9
(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.
2.2
(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)
(b)
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.
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
57
(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)
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.
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.
-----
(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)
iv)
59
2.5
2.6
2.7
MEASUREMENT
(i)
(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.
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)
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 debonding compound shall be applied on the surface of the shuttering plates in the
requisite quantity before assembly of steel reinforcement.
2.10
REINFORCEMENT:-
61
2.11
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
4.1
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.
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 Engineerin-charge before commencement of work.
5.3
5.4
The shape and size of beading shall be as per drawings. The joints of beading shall
be mitred.
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.
5.5
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
(a) For glazing area up to 0.50 sqm
(b) For glazing area more than 0.50 sqm
Thickness
4.0 mm
5.5 mm
5.9
5.10
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
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-inCharge 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-inCharge.
5.14
6.0
STEEL WORK:-
6.1
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.
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
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
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
7.8
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
8.0
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.
66
9.0.
FINISHING:-
9.1
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
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
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.
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.
10.5
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
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
10.8
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
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
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-inCharge 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
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 selfadhesive non-staining. PVC tapes.
11.9
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
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 Manufacturers 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
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.
1.
Details
Doors,
windows
ventilators
No. of Tests
and 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
12.1
71
12.2
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
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-incharge may relax these conditions taking into account availability of materials for
construction & other relevant factors.
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
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
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
74
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
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.
75
13.1
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
90mm to 45mm
63mm to 45mm
53mm to 22.4mm
Sieve Designation
125mm
90mm
63mm
45mm
22.4mm
90mm
63mm
53mm
45mm
22.4mm
63mm
53mm
45mm
22.4mm
11.2mm
% by weight
passing the sieve
100
90-100
25-60
0-15
0-5
100
90-100
25-75
0-15
0-5
100
95-100
65-90
0-10
0-5
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.
2.
3.
Type of
Constructio
n
Sub-base
Base
Surface
Course
Test method
Requirement
s
Los Angeles
Abrasion value* or
Aggregate impact
value.*
IS: 2386(Pt.IV)
60% max.
a) Los Angeles
Abrasion value*
or
Aggregate
impact value.*
b)Flakiness
index.
a) Los Angeles
Abrasion value*
or
Aggregate
impact value *
b) Flakiness
Index.
IS: 2386(Pt.IV)
50% max.
IS: 2386(Pt.IV)
IS: 2386(Pt.IV)
IS: 2386(Pt.-I)
IS:2386(Pt.IV)
IS:2386(Pt.IV)
IS:2386 (Pt.-I)
*50% max
40% max
**15%max
40%
30%
**15%
**
13.3
13.3.1
Screening
Screening shall be as specified in Table -16-9 at Page -650 CPWD Specification
2009 Vol.-II:
77
Table-3
Grading
Classification
Size of
screenings
Sieve
Designation
13.2mm
13.2mm
11.2mm
5.6mm
180micron
% by weight
passing the
sieve
100
95-100
15-35
0-10
11.2mm
11.2mm
5.6mm
180micron
100
90-100
15-35
13.4
13.3.2
13.3.3
Binding Material:
13.4.1
13.4.2
13.4.3
Quantities of Material:
78
13.4.4
Classification
Grading-1
Grading-2
Grading-3
Net
Quantity
90mm to
45mm
63mm to
45mm
100mm
1.21cum
75mm
0.91cum
53mm to
22.4mm
75mm
0.91cum
Stone screening
Grading,
Quantity
Classification
& Size
Type-A
0.21cum
13.2mm
Type-A
0.12cum
13.2mm
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
13.5
13.5.2
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.
79
................................................
2.
...........................................
80
1.
...............................................
2.
..........................................
81
82
1.
....................................................
2.
............................................
1.
...................................................
2.
............................................
83
84
1.
................................................
2.
...........................................
1.
...............................................
2.
..........................................
85
86
1.
....................................................
2.
............................................
1.
...................................................
87
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)
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)
88
[B]
Steel tapes 3 m
ii)
Vernier Calipers
iii)
iv)
v)
Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical
vi)
vii)
Foot rule
viii)
ix)
x)
xi)
Magnifying glass
xii)
xiii)
xiv)
xv)
xvi)
Levelling machine
xvii)
Theodolite
89
[C]
(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)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
Steel cubic measuring boxes for coarse and fine aggregate- at least 3 sets of 6
each.
(x)
(xi)
(xii)
Vibro compactor.
(xiii)
Beam vibrator.
(xiv)
Slab vibrator.
(xv)
Shutter vibrator.
(xvi)
Mortar mixer.
90
Sl.
No.
DIVISION/
SUB-DIVISION
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
10
Signature of Contractor
91
CEMENT/PAINT REGISTER
Date of manufacture
Date of expiry
Qty
Issued
Items of work
for which
Issued
Batch No.
Qty.
Progressi
received ve Total
Date of Issue
DIVISION
SUB-DIVISION
Date of Receipt
NAME OF WORK:
AGREEMENT NO.
10
11
Particulars of Issue
Net Qty.
Issued
12
14
15
J.E.'s Initial
16
Periodical Check
By AE
17
By EE
18
92
Sl
Material
Preferred Make
No.
i
Portland
: Ambuja(PPC),Lafarge(PPC),ACC,Ultrateck,Vikram,ShriC
Pozzolona
ement, BirlaJute,CCL,BirlaGold,Laffarge(PSC),J.P Rewa
Cement(Grey)/OP
C 43Grade/PSC
ii
White Cement
Reinforcement
Steel
Laminated
Particle Board
Flush
shutters
Water
Proofing : Fosroc, Cico, Pidilite., Sika
Compound
M.S. Pipe
PVC
Pipe
Fittings
Acrylic Distemper
10
Dry Distemper
11
12
Steel Primer
13
Wood Primer
14
Mosaic tiles
15
Ceramic
Tiles
93
16
17
18
19
Float Valve
20
Admixtures
21
Vitreous
China : Parryware, Hindustan Sanitaryware, Neycer, Cera.
Sanitary Ware
22
23
24
CP
Fittings/Mixer : Kingston, Gem, Parko, Techno, JAL, Sieko, ESS ESS
Pillar taps Washers
JAQUAR,Crabtree, JAINKO, ANNAPURNA, Kalsi Pump Pvt.
Ltd., Dhawan Sanitary Udyog (Prima)
25
CP Accessories
26
Centrifugally
Sand : NECO or any other & fittings B.I.S marked product, Babulal
Cast
(spun)
Iron
Bajaj Iron Foundry Mathura (HIF) or BIS approved products.
Pipes
27
Centrifugally
Cast : Electro Steel, Kesoram (Class LA).
(spun) Iron Pipes
28
29
G.I. Pipes
30
G.I. Fittings
31
Gun metal
globes
32
Brass
Cock
&
33
34
Mirror Glass
35
Glazed Fire
Kitchen Sink
stop
: GKW, Atul
Bib : Zoloto, Sant, L&K, Leader, JAINKO, Kalsi Pump Pvt. Ltd.,
Dhawan Sanitary (PRIMA)
94
36
Vitrified Tiles
37
Water Meter
38
Grouting
Compound
: Endura, Pidilite
39
Aluminium
Sections
40
Glass
Tiles
41
42
Non Return valve : Kalsi Pumps Pvt. Ltd. or BIS approved products
(Check valve)
to 1
43
Line Filter Valve : Kalsi Pumps Pvt. Ltd. or BIS approved products
to 2
44
ASIAN,
MARBITO,
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 IndoPakistan 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
1
Description
EARTH WORK
1.1
1.1.1
1.2
1.2.1
1.3
1.3.1
1.4
1.5
1.6
Qty
Unit
Rate
Amount
19440
cum
383.10
7447464.00
17730
cum
155.60
2758788.00
20637
cum
157.50
3250328.00
13446
cum
112.40
1511330.00
1884
cum
910.25
1714911.00
79517
CUM
452.80
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).
Sub-Total
36005298.00
52688119.00
CONCRETE WORK
2.1
2.1.1
453
cum
5466.30
2476234.00
2.1.2
90
cum
4834.30
435087.00
2.1.3
2745
cum
4004.00
10990980.00
2.2
sqm
419.30
2923360.00
Sub-Total
3
16825661.00
96
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.1.6
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
3.1.8
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).
3.3
3.3.1
3.4
3.4.1
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
3.5.2
3.6
Add for using extra cement in the items of design mix over and above the
specified cement content therein.
19197
sqm
196.45
3771251.00
30375
sqm
360.80
10959300.00
11571
sqm
401.65
4647492.00
1944
sqm
401.65
780808.00
8175
sqm
332.15
2715326.00
16311
sqm
453.35
7394592.00
465
sqm
196.45
91349.00
1134
sqm
492.35
558325.00
144
cum
12174.70
1753157.00
898089
Kg
68.10
61159861.00
846072
Kg
68.10
57617503.00
5613
cum
6296.15
35340290.00
6663
cum
7014.55
46737947.00
6105
quintal
742.75
Sub-Total
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
4.1.2
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
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
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
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).
Sub-Total
4534489.00
238061690.00
2655
cum
4918.65
13059016.00
2343
cum
4677.25
10958797.00
4908
cum
5426.15
26631544.00
2331
sqm
584.75
1363052.00
7122
sqm
665.80
4741828.00
10071
metre
38.15
384209.00
57138446.00
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
5.1.1.1
5.2
5.2.1
Granite work
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
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
576
sqm
3907.40
2250662.00
864
metre
230.55
199195.00
342
sqm
1921.85
657273.00
144
sqm
3263.50
Sub-Total
6
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
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
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
469944.00
3577074.00
117
sqm
2606.45
304955.00
351
sqm
2109.35
740382.00
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.
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 :
270
metre
372.75
100643.00
1569
metre
341.00
535029.00
6.5
6.5.1
20 mm dia
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.
98
6.6.1
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.
6.8
Providing and fixing ISI marked oxidised M.S. sliding door bolts with nuts and
screws etc. complete :
6.8.1
300x16 mm
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
6.10
Providing and fixing oxidised M.S. casement stays (straight peg type) with
necessary screws etc. complete.
6.10.1
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.
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
6.12.2
250x16 mm
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
6.13.2
150x10 mm
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.
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
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
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.
7761
kg
109.00
845949.00
63
sqm
1118.10
70440.00
each
173.20
1559.00
2706
each
39.10
105805.00
1236
each
30.40
37574.00
54
each
1043.60
56354.00
435
each
229.65
99898.00
156
each
189.00
29484.00
582
each
95.25
55436.00
663
each
65.35
43327.00
180
each
76.80
13824.00
1938
each
69.80
135272.00
324
each
83.95
27200.00
960
metre
377.65
362544.00
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
6.18.2
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.
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
6.20.1.1.1
144
sqm
2691.55
387583.00
162
sqm
3330.35
539517.00
234
sqm
803.30
187972.00
399
sqm
2790.60
1113449.00
Sub-Total
7
STEEL WORK
7.1
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
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
7.4
7.5
Extra for providing mechanical device chain and crank operation for
operating rolling shutters.
7.5.1
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
6630312.00
2160
kg
73.95
159732.00
108
sqm
3073.85
331976.00
216
sqm
2142.10
462694.00
54
each
438.95
23703.00
153
sqm
724.85
110902.00
kg
114.15
2039975.00
17871
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
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
7.8.2
Profile E
7.8.2.1
Fixing with adjustable lugs with split end tail to each jamb
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
7.10
7.10.1
3861
kg
83.70
323166.00
342
metre
400.95
137125.00
1083
metre
424.20
459409.00
8946
kg
139.10
1244389.00
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
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
600
sqm
764.45
458670.00
101
7.15
SQM
4374.00
Sub-Total
8
FLOORING
8.1
8.2
8.2.1
18 mm thick
8.3
Providing and fixing glass strips in joints of terrazo/ cement concrete floors.
8.3.1
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
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.
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.
1246590.00
9351813.00
2304
sqm
535.25
1233216.00
468
sqm
337.25
157833.00
3060
metre
50.05
153153.00
10392
sqm
1141.40
11861429.00
1623
sqm
1191.25
1933399.00
4563
sqm
836.65
3817634.00
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.
8.8
8.8.1
8.9
8.9.1
963
sqm
950.05
914898.00
1953
sqm
1405.95
2745820.00
288
sqm
1415.40
Sub-Total
9
ROOFING
9.1
9.2
9.2.1
110 mm diameter
9.3
9.3.1
Bend 87.5
9.3.1.1
110 mm bend
9.3.2
Shoe (Plain)
9.3.2.1
110 mm Shoe
9.4
9.4.1
110 mm
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
186.65
123189.00
2460
metre
231.65
569859.00
660
each
161.55
106623.00
660
each
295.10
194766.00
2622
each
189.05
495689.00
660
each
98.05
64713.00
Sub-Total
10
FINISHING
10.1
10.1.1
10.1.2
10.2
10.2.1
10.3
10.3.1
10.4
407635.00
23225017.00
1554839.00
10287
sqm
172.30
1772450.00
29940
sqm
158.40
4742496.00
23616
sqm
183.45
4332355.00
6201
sqm
203.25
1260353.00
103
10.4.1
10.5
10.6
10.6.1
10.7
10.7.1
New work (two or more coats) over and including water thinnable priming
coat with cement primer
10.8
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)
10.9
10.9.1
33129
sqm
134.70
4462476.00
432
sqm
41.40
17885.00
9288
sqm
16.20
150466.00
27597
sqm
89.70
2475451.00
60450
sqm
90.00
5440500.00
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
10.10.1
11142
sqm
74.40
828965.00
10.11
10.11.1
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
11
ROAD WORK
11.1
11.2
11.2.1
11.2.2
11.2.3
11.2.4
11.3
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
11.5
With common burnt clay F.P.S. (non modular) bricks of class designation 7.5
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.
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 :
On W.B.M. @ 0.75 Kg I sqm
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).
11.6.1
11.7
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
27938517.00
33534
sqm
81.30
2726314.00
2871
cum
1310.45
3762302.00
3051
cum
1354.00
4131054.00
666
cum
1558.15
1037728.00
675
cum
1471.00
992925.00
4887
cum
425.05
2077219.00
7200
metre
35.40
254880.00
16659
kg
70.90
1181123.00
33534
sqm
53.75
1802453.00
33534
sqm
211.60
7095794.00
104
11.8
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)
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).
11.11
11.11.1
11.12
405
cum
5450.45
2207432.00
5877
metre
287.05
1686993.00
135
cum
5295.90
714947.00
2961
cum
2124.85
6291681.00
2700
METRE
-680.00
-1836000.00
Sub-Total
12
SANITARY INSTALLATIONS
12.1
Providing and fixing water closet squatting pan (Indian type W.C. pan ) with
100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing
cistern, including flush pipe, with manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and fixtures complete, including
cutting and making good the walls and floors wherever required:
12.1.1
White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with
integral type foot rests
12.2
Providing and fixing white vitreous china pedestal type water closet
(European type 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 :
W.C. pan with ISI marked white solid plastic seat and lid
12.2.1
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
34126845.00
69
each
3392.80
234103.00
81
each
3317.30
268701.00
45
each
3326.10
149675.00
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
12.6.1.1
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
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
12.10.1
C.P. brass
81
each
415.90
33688.00
12.11
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
306
each
385.70
118024.00
12.13
12.13.1
100 mm dia
12.13.1.1
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
12.15.1.1
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
13
WATER SUPPLY
3039441.00
106
13.1
13.1.1
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
25 mm dia nominal bore
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
13.2.2
13.3
Providing and fixing G.I. pipes complete with G.I. fittings including trenching
and refilling etc. External work
13.3.1
13.3.2
13.3.3
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
13.4.2
40 mm nominal bore
13.4.3
50 mm nominal bore
13.4.4
80 mm nominal bore
13.5
13.5.1
Providing and fixing uplasticised PVC connection pipe with brass unions :
45 cm length
13.5.1.1
15 mm nominal bore
13.6
13.6.1
150 mm diameter
13.7
Providing flanged joints to double flanged C.I./ D.I. pipes and specials,
including testing of joints :
13.7.1
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
13.9
Class II
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
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
13.10.2
40 mm diameter pipe
13.10.3
50 mm diameter pipe
13.10.4
80 mm diameter pipe
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
13.11.2
40 mm nominal bore
13.11.3
50 mm nominal bore
13.11.4
80 mm nominal bore
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
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
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
432
metre
304.15
131393.00
564
metre
306.05
172612.00
999
metre
333.85
333516.00
450
metre
334.15
150368.00
720
metre
399.50
287640.00
2700
metre
637.05
1720035.00
153
each
428.85
65614.00
72
each
585.50
42156.00
45
each
750.75
33784.00
72
each
1920.60
138283.00
351
each
68.60
24079.00
114
each
86.35
9844.00
225
each
195.70
44033.00
27
each
3921.30
105875.00
324
metre
14.95
4844.00
360
metre
5.80
2088.00
450
metre
11.85
5333.00
720
metre
14.15
10188.00
2700
metre
20.25
54675.00
72
each
200.10
14407.00
54
each
316.25
17078.00
72
each
392.40
28253.00
90
each
729.25
65633.00
321
each
610.65
196019.00
267
each
619.75
165473.00
107
13.14.1
13.15
13.15.1
Up to 600 mm dia
13.16
13.16.1
13.17
13.18
13.19
516
each
507.70
261973.00
quintal
16178.95
145611.00
351
metre
2564.75
900227.00
each
105000.00
945000.00
each
60000.00
540000.00
each
17000.00
Sub-Total
14
DRAINAGE
14.1
Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff
mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand)
including testing of joints etc. complete :
14.1.1
150 mm diameter
14.2
14.2.1
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
14.4
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
14.5
153000.00
6769034.00
1350
metre
314.35
424373.00
1350
metre
724.70
978345.00
3150
metre
506.35
1595003.00
450
each
8507.00
3828150.00
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
14.6
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
14.8
14.8.1
With common burnt clay F.P.S. (non modular) bricks of class designation 7.5
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
45
metre
5638.20
253719.00
450
each
311.60
140220.00
63
each
1131.70
71297.00
630
each
3957.50
2493225.00
18
each
18309.50
329571.00
Sub-Total
15
WATER PROOFING
15.1
15.1.1
Sub-Total
16
10113903.00
10032
sqm
1019.05
10223110.00
10223110.00
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
16.1.1.1
300 mm dia
16.2
16.3
16.3.1
16.3.2
16.4
16.4.1
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.
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
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
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
Sub-Total
Total
Grand Total
540
metre
407.10
219834.00
72
cum
987.85
71125.00
216
metre
978.70
211399.00
162
metre
1335.40
216335.00
162
metre
1041.15
168666.00
216
hour
677.10
146254.00
each
195.15
1756.00
each
1170.95
10539.00
each
196.20
1766.00
1047674.00
502311495.00
502311495.00
110
PART -C
(ELECTRICAL WORK)
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
words at
material
charged
contractor
figures &
which the
will
be
to
the
Place of
Issue
----------NIL---------SCHEDULE C
Tools and plants to be hired to the contractor
Sl.
Description
Hire charges per day
No.
Place of issue
SCHEDULE D
Extra schedule for specific requirements/
documents for the work, if any.
As
mentioned
document
in
bid
SCHEDULE E
Reference to General Conditions of
contract
112
Name of work: -
Earnest Money
(v)
Performance Guarantee :
5% of tendered value
(vi)
Security Deposit
SCHEDULE F
General Rules & Directions:
:
:
For Civil
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
For Electrical
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
Executive Engineer(E),
BFE Division-III, CPWD,
IBBZ-I, Malda
:
Chief Engineer(IBBZ-I)
CPWD, Siliguri.
113
15%(fifteen percent)
2(xii) Department
CPWD
Clause 1
i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and Progress) 15
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)
days.
days.
Clause 2
Authority for fixing compensation under
Clause 2
Whether
clause
applicable
2A
shall
be :
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
yes
Clause 5
Number of days from the date of issue :
of letter of acceptance for reckoning
date of start
Mile stone(s) as table given below:
22 days
114
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
2.
Completion of foundation
and up to plinth level for
remaining building
elements.
06 Months
3.
Completion of structures
up to slab i/c related
electrical work for all
buildings.
08 Months
4.
Completion of slab/roof
including related electrical
works .
10 Months
Completion of finishing
and remaining civil and
electrical works and site
clearance.
12 Months
Sl
No.
12 (twelve) months
Authority to decide:
(i)
(ii)
Clause 6, 6A :
Executive Engineer,
Border Fencing Division-III,
CPWD, IBBZ-I, Buniadpur
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
115
Clause 6A
Clause 7A :
Whether applicable
Yes
Clause 10 A :
List of testing equipment to be provided :
by the contractor at site lab
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
.
1.
2.
Cement 43 Grade
(iii) OPC
Reinforcement
Bars
(TMT)
Nearest
Materials
(other than
cement, steel,
reinforcement
bars and
structural
steel) for
which All India
Wholesale
Price Index to
be followed.
Base Price
(per MT)
Corresponding
period
Rs. 6500/-
August-2015
Rs. 44000/-
August -2015
Nil
116
Clause 10 CC:
Not Applicable
Clause-12
12.2, 12.3
12.5
30%
.
30%
100%
Clause 16:
For Civil Work
Competent Authority for deciding reduced
rates:
For amount limited upto 5%of Tendered
value of civil component.
For Electrical Work
Competent Authority for deciding reduced
rates:
For amount limited upto 5% of Tendered
value of electrical component.
Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri
Superintending Engineer(E)
BFE Circle, CPWD
IBBZ-I, Matigara, Siliguri
117
Clause 18 :
List of mandatory machinery tools &
plants to be Deployed by the contractor
at site
Clause 25 :
Constitution of Dispute
Committee (DRC)
Redressal
Minimum
Qualification
Discipline
Designation
Number
Sl
No
Minimum
experience
Clause 36 (i)
Rate at which recovery shall be
made from the contractors in the
event of not fulfilling provision of
clause 36(i)
Figures
Words
Rupees Sixty
thousand only
(Per month)
Rupees Forty
thousand only
(Per month per
person)
20
Years
1.
2.
Graduate
Engineer
Graduate
Engineer
Civil
Civil
Project
Manager
Deputy
Project
Manager
(and having
experience
of one
similar
nature of
work)
12 years
(and
having
experien
ce of
one
similar
nature
of work)
118
3.
Graduate
Engineer
Or
Diploma
Engineer
4.
Graduate
Engineer
Or
Diploma
Engineer
5.
Graduate
Engineer
Or
Diploma
Engineer
Civil
Elect.
Civil
Project /Site
Engineer
5 Years
Or
10
Years
respecti
vely
Project /Site
Engineer
5 Years
Or
10
Years
respecti
vely
Project
planning/Quali
ty/ billing
Engineer
2
Years
Or
5
Years
respecti
vely
Rupees Twenty
five thousand
only
(Per month per
person)
Rupees Twenty
five thousand
only
(Per month per
person)
Rupees fifteen
thousand only
(Per month per
person)
Clause 42:
:
DSR 2014
With correction slips issued
till the date of receipt of bids.
2% plus/minus
2% plus/minus
2% plus/minus
Nil
(f)
Nil
i)
ii)
119
Sl
No.
1.
2.
Description of item
Unit
Cement 43 Grade
(ii) OPC
M.T.
NIL
Not Permitted
M.T.
NIL
Not Permitted
120
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 Engineerin-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
1.7
On completion of the work, detailed drawings showing the details of equipment and
wiring /cabling as installed shall be submitted in triplicate.
Drawings of the Main Control Panel etc. shall be submitted as per Table of
Milestone, through a technically competent and authorized person.
2.2
2.3
The material shall be offered for inspection as per Table of Mile Stone.
2.4
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.
121
2.6
2.7
122
Sl
No.
Description of Item
Preferred Makes
FR PVC wires
Ammeter, Voltmeter
AE /L&T/Rishabh
Selector switch
Indicating lamps
CTs
10
MCB/MCCB/MCBDB
11
12
ISI Marked
14
15
16
17
18.
19.
20.
G.I. Pipe.
21.
22
23
24
25
26
27
123
28
29
30
124
125
126
127
128
129
130
131
132
133
134
135
136
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
1.1
1.1.1
DESCRIPTION OF WORK
QUANTITY
RATE
(Rs)
AMOUNT
(Rs.)
Point
441.00
635.00
280035.00
Point
1509.00
811.00
1223799.00
Point
603.00
1003.00
604809.00
Metre
Metre
4000.00
180.00
175.00
315.00
700000.00
56700.00
Metre
3800.00
233.00
885400.00
Metre
990.00
359.00
355410.00
Substation,Store
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
1.2.2
1.3
1.3.1
1.3.2
1.4
1.5
UNIT
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.
138
1.6
1.6.1
1.6.2
1.7
1.7.1
1.8
1.9
1.10
Metre
Metre
540.00
180.00
53.00
65.00
28620.00
11700.00
6 x 1.5 sq. mm
Metre
130.00
49.00
6370.00
Metre
1600.00
27.00
43200.00
Each
54.00
108.00
5832.00
Each
54.00
95.00
5130.00
2.1
2.2
2.3
4207005.00
Each
420.00
303.00
127260.00
Each
276.00
395.00
109020.00
Each
153.00
276.00
42228.00
139
2.4
Each
120.00
73.00
8760.00
2.5
Each
54.00
61.00
3294.00
2.6
Each
45.00
637.00
28665.00
Nos
360.00
3532.00
1271520.00
Nos
531.00
1261.00
669591.00
Nos
378.00
1402.00
529956.00
Nos
45.00
1668.00
75060.00
2.7
2.8
2.9
2.10.
Supplying ,Installation, testing and commissioning of prewired 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.
Supplying,Installation, testing and commissioning of prewired 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.
140
2.11.
2.12
2.13
2.14
Nos
345.00
31.00
10695.00
Nos
36.00
10546.00
379656.00
Nos
135.00
6466.00
872910.00
Nos
Nos
45.00
495.00
1798.00
1812.00
80910.00
896940.00
Nos
540.00
23.00
12420.00
Nos
18.00
222.00
3996.00
Nos
522.00
284.00
148248.00
Nos
102.00
1355.00
138210.00
2.16
2.17
2.18
141
2.19
2.20
2.21
2.22
2.23
2.24
2.25
Nos
60.00
3043.00
182580.00
Nos
180.00
23.00
4140.00
Each
72.00
1606.00
115632.00
Each
18.00
9007.00
162126.00
Each
96.00
1136.00
109056.00
Each
45.00
1455.00
65475.00
Nos
54.00
1210.00
65340.00
6113688.00
142
3.1
3.1.1
3.1.2
3.2
Each
Each
63.00
63.00
923.00
1041.00
58149.00
65583.00
3.2.1
3.2.2
Each
Each
48.00
18.00
2175.00
3148.00
104400.00
56664.00
3.30
3.3.1
3.3.2
3.3.3
3.4
Single pole,C-Curve
Single pole and neutral,C-Curve
Triple pole and neutral,C-curve
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
Each
Each
1638.00
108.00
66.00
169.00
441.00
887.00
276822.00
47628.00
58542.00
Each
93.00
954.00
88722.00
3.5
3.5.1
3.5.2
143
3.5.3
3.5.4
3.5.5
3.5.6
25mm dia, LED indicating lamp & holder with 6 Amp., Bseries, SP MCB - 3 Set.
Job
9.00
85802.00
4.1
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
772218.00
1528728.00
Set
810.00
3926.00
3180060.00
Set
36.00
4490.00
161640.00
810.00
151.00
122310.00
450.00
35.00
15750.00
72.00
142.00
10224.00
Metre
Metre
Metre
Each
27.00
369.00
9963.00
Each
90.00
72.00
6480.00
180.00
68.00
12240.00
200.00
98.00
19600.00
Metre
Metre
144
4.10
4.11
4.12
Each
Metre
Metre
18.00
71.00
1278.00
135.00
141.00
19035.00
4158.00
23.00
95634.00
3654214.00
5.1.1
5.1.2
5.1.3
5.2
5.2.1
5.2.2
5.2.3
Metre
Metre
Metre
2790.00
1080.00
4590.00
264.00
282.00
357.00
736560.00
304560.00
1638630.00
Metre
Metre
Metre
990.00
2115.00
4725.00
202.00
220.00
295.00
199980.00
465300.00
1393875.00
Metre
Metre
Metre
144.00
171.00
504.00
85.00
103.00
178.00
12240.00
17613.00
89712.00
5.3
5.3.1
5.3.2
5.3.3
145
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
5.4.1
5.4.2
5.4.3
5.5
5.5.1
5.5.2
5.5.3
5.6
5.6.1
5.6.2
5.6.3
5.7
5.7.1
5.7.2
5.7.3
5.8
5.9
Metre
Metre
Metre
90.00
90.00
315.00
81.00
99.00
174.00
7290.00
8910.00
54810.00
Metre
Metre
Metre
72.00
234.00
252.00
93.00
111.00
186.00
6696.00
25974.00
46872.00
Metre
Metre
Metre
72.00
180.00
252.00
69.00
87.00
162.00
4968.00
15660.00
40824.00
Each
Each
Each
426.00
120.00
174.00
147.00
148.00
247.00
62622.00
17760.00
42978.00
Metre
642.00
450.00
288900.00
Metre
186.00
325.00
60450.00
5543184.00
146
6.1
6.2
6.3
6.4
6.5
6.6
6.7
EACH
18.00
31655.00
569790.00
EACH
9.00
32420.00
291780.00
EACH
9.00
25989.00
233901.00
METER
1400.00
126.00
176400.00
METER
900.00
526.00
473400.00
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
EACH
54.00
4227.00
228258.00
6.7.1
6.7.2
EACH
45.00
2565.00
115425.00
EACH
45.00
2619.00
117855.00
EACH
144.00
222.00
31968.00
6.7.3
6.7.4
147
7.0
7.1.2
7.1.3
7.1.4
7.1.5
7.1.6
7.1.7
JOB
9.00
44601.00
401409.00
2791386.00
Total SH:
23838205.00
148
Name of work: Construction of 509 Border Out Post (BOPs) for Border Security
Force (BSF) along the Indo-Bangladesh Border (IBB) and the IndoPakistan 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.
Civil Work
Rs. 502311495/-
Percent)
Electrical Work-
Rs. 23838205/-
Percent)