Sie sind auf Seite 1von 148

1

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

along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border (IPB),
SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP).
SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal
(4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)
Pharasdngi i/c Internal Electrical Installation i/c Compound Light & service
connection to Building.
Time:

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

7. Form of performance security...........................................................................


8. Fly Leafs & Correction slip to GCC 2014 .........................................................
Part-B
9. Special Conditions .........
10. II- Quality Assurance, Quality Audit & Inspection .....
11. Particular Specifications .......
12. Guarantee Bond for specialized works..............................................................
13. List of field testing equipment & instruments for field laboratories....................
14. Schedule of quantities for civil work..................................................................

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

Assistant Engineer (P)


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

Executive Engineer (P)


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

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)

CENTRAL PUBLIC WORKS DEPARTMENT


NOTICE INVITING e-TENDER
The Executive Engineer, Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur on
behalf of the President of India invites online percentage rate composite tenders in
two bid system for the following work :NIT No : 22 /NIT/CE/IBBZ-I/2015-16.
Name of Work: Construction of 509 Border Out Post (BOPs) for Border Security Force
(BSF) along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border (IPB), SH:
Constriction of 129 Border Out post West Bengal Sector (26 Nos. BOP). SW: Constriction of
9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4) Kakot (5) Purangaon (6) Bmoor
(7) Mannagar (8) Pariyal & (9) Pharasdngi i/c Internal Electrical Installation i/c Compound
Light & service connection to Building. Estimated Cost : Rs. 526149700/- (Civil Work :
Rs. 502311495/- and Electrical Work : Rs. 23838205/-) Earnest Money : Rs. 6261497/Period of Completion : 12 Months.
Last date and time of submission of bid
05.10.2015 upto 03:00 PM.
The bid forms and other details can be obtained from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in. The press notice is also
available on www.eprocure.gov.in

CPWD-6 FOR e-TENDERING


1. Percentage rate composite bids are invited, on behalf of the President of India, from
firms/Contractors of repute in two bid system for the work of:Name of work: Construction of 509 Border Out Post (BOPs) for Border Security Force (BSF)
along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan Border
(IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos.
BOP). SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3)
Digisal (4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)
Pharasdngi i/c Internal Electrical Installation i/c Compound Light & service
connection to Building.
1.1 The work is estimated to cost Rs. 526149700/- (Civil Work : Rs. 502311495/- and
Electrical Work : Rs. 23838205/-). This estimate, however, is given merely as a rough
guide.
1.2 Intending bidders is eligible to submit the bid provided they have definite proof from the
appropriate authority, which shall be satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below.
i)

Should have satisfactorily completed the works as mentioned below during the last
Seven years ending previous day of last date of submission of the tender. This
should be certified by an officer not below the rank of Executive Engineer/Project
Manager or equivalent.
Three similar works each costing not less than 21.05 cr.
OR
Two similar works each costing not less than 31.57 cr.
OR
One similar work costing not less than Rs. 42.09 cr.

Similar works means work of Construction of residential /non-residential


buildings. The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated from the
date of completion to the last date of submission of bid.

a) Should have average annual financial turnover of Rs. 52.61 cr. on construction
work during the immediate last three years ending 31st March 2015.
b) Should not have incurred any loss in more than two years during the last five
consecutive financial years ending 31st 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.

a. The site for the work is available.


b. Architectural & structural drawing shall be made available in phased
manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of work.

The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents except Standard General
Conditions
of
Contract
Form
2014
can
be
seen
from
website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

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,

A PART OF EARNEST MONEY IS ACCEPTABLE IN THE FORM OF BANK


GUARANTEE ALSO. In such case, minimum 50% of the earnest money or Rs. 20 lac,
whichever is less, shall have to be deposited in shape prescribed above, and balance
may be deposited in shape of Bank guarantee of any schedule bank having validity for
six months or more from last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest bidder within a week after opening of financial bid, failing which the bid shall be
rejected and enlistment of the agency shall be withdrawn by the enlisting authority/the
agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The physical EMD shall be deposited by me /us with the Executive Engineer calling
the bid in case I/We become the lowest bidder within a week of the opening of financial
bid otherwise department may reject the bid and also take action to withdraw my/our
enlistment/debar me/us from tendering in CPWD.
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
i)

e-Tender processing fee Rs.5700/- if registration with tender processing fee is


continued, shall be payable to M/s ITI Limited through their e-gateway by
credit/debit card, internet banking or RGTS/NEFT facility.

Copy of Enlistment order and certificate of work experience and other documents as
specified in the press notice/ bid document shall be scanned and uploaded to the 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)

The bidder is found ineligible.


The bidder does not upload all the documents (including VAT registration/Sales Tax
registration) as stipulated in the bid document including the undertaking about deposition
of physical EMD of the scanned copy of EMD uploaded.
If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.
The lowest bidder does not deposit physical EMD within a week of opening of financial
bid.
If a tendered quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered
as lowest tenderer.

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


guarantee of 5% (Five Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is
less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Bankers
cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any
Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails
to deposit the said performance guarantee within the period as indicated in Schedule
F. Including the extended period if any, the Earnest Money deposited by the contractor
shall be forfeited automatically without any notice to the contractor. The Earnest money
deposited along with tender shall be returned after receiving the aforesaid performance
guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licences,
registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time
and Progress) within the period specified in Schedule F.
12 Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and subsoil (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidders shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any misunderstanding
or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by
bidders implies that he has read this notice and all other contract documents and has
made himself aware of the scope and specifications of the work to be done and of
conditions and rates at which stores, tools and plant, etc. will be issued to him by the

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

The bid document will include following three components:


Part A: CPWD-6, CPWD-7 including schedule A to F for the major component i.e.
civil component of the work, Standard General Conditions of Contract for
CPWD 2014 as amended/modified up to the OM No. DG/SE/CM/CON/287
dated 24-08-15.
Part B: General / specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C: Schedule A to F for minor i.e. electrical component of the work. (SE/EE in
charge of major component shall also be competent authority under clause 2
and clause 5 as mentioned in schedule A to F for major components)
General/specific conditions, specifications and schedule of quantities
applicable to minor component(s) of the work.

20.3

The bidders must associate himself, with agency of the appropriate class eligible to
bid for minor component individually. In case the main contractor himself meets the
required eligibility criteria as laid down by the Department for minor component of
work, he shall be allowed to execute the same after due verification etc.

20.4

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

20.5

After acceptance of the bid by competent authority, the EE in charge of major


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

20.6

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

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

Indo-Bangladesh Border Zone-I.

:
:

BFC-I, Siliguri
BFD-III, Buniadpur

Percentage Rate Tender & Contract for Works

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

Security Force (BSF) along the Indo-Bangladesh Border (IBB) and the Indo-Pakistan
Border (IPB), SH: Constriction of 129 Border Out post West Bengal Sector (26 Nos.
BOP). SW: Constriction of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal
(4) Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9) Pharasdngi i/c
Internal Electrical Installation i/c Compound Light & service connection to Building.
(i) To be submitted /uploaded online on 05.10.2015 up to 03:00 PM
(ii) To be opened online at 3.30PM on 05.10.2015 in the office of Executive Engineer,
Border Fencing Division-III, CPWD, IBBZ-I, Buniadpur.
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 of quantities for Civil work(Enclosed)


: See at pages from 95 to 109
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

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

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

As
mentioned
document

in

bid

General Condition of Contract


for CPWD Works2014 as
amended/modified up to the
OM No. DG/SE/CM/CON/287
dated 24-08-15.

SCHEDULE E
Reference to General Conditions of
contract

15

Name of work: -

Construction of 509 Border Out Post (BOPs) for Border Security


Force (BSF) along the Indo-Bangladesh Border (IBB) and the
Indo-Pakistan Border (IPB), SH: Constriction of 129 Border
Out post West Bengal Sector (26 Nos. BOP). SW: Constriction
of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4)
Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)
Pharasdngi i/c Internal Electrical Installation i/c Compound
Light & service connection to Building.

Estimated cost of work

Civil work: Rs. 502311495/-

Electrical work: Rs. 23838205/Total: 526149700/(i)

Earnest Money

(ii)

Performance Guarantee :

5% of tendered value

(iii)

Security Deposit

2.5% of tendered value

Rs. 6261497/-(To be returned after receiving


Performance Guaranty).

SCHEDULE F
General Rules & Directions:
:

Officer inviting tender

Maximum percentage for quantity of :


items of work to be executed beyond
which rates are to be determined in
accordance with clauses 12.2 & 12.3
Definitions:
2 (v) Engineer-in-Charge

See below clause 12

:
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

2(x)Percentage on cost of materials and labour to


cover all overheads and profits. :

15%(fifteen percent)

2(xi) Standard schedule of Rates

DSR- 2014 with up to date


correction slips.

2(xii) Department

CPWD

9(ii) Standard CPWD contract Form

General Condition of Contract for


CPWD
Works2014
as
amended/modified up to the OM
No. DG/SE/CM/CON/287 dated
24-08-15.

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)

Maximum allowable extension with late fee @0.1% 07


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

days.

days.

Clause 2
Authority for fixing compensation under
Clause 2

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

1% of the tendered value of


work

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

1% of the tendered value of


work

4.

Completion of slab/roof
including related electrical
works .

10 Months

1% of the tendered value of


work

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

12 Months

Sl
No.

Time allowed for execution of work

1% of the tendered value of


work

1% of the tendered value of


work

12 (twelve) months

Authority to decide:
(i)

Extension of time (Engineer-in-Charge :


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

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

Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri

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


in handing over of site

Superintending Engineer
Border Fencing Circle-I, CPWD,
IBB Zone-I, Siliguri

(ii)

Rescheduling of mile stones)

18

Clause 6, 6A :
:

Clause applicable (6 or 6A)


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

Clause 6A

Rs. 4.15 Crore


(For Civil work)
Rs.19.80 Lakh
(For Electrical work)

Clause 7A :
Whether applicable

Yes

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

As required to conduct the test in


the
field
lab
as
per
specifications/tender documents.

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

....... No..

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

....... 25% ..

Clause 10 CA:

Sl
No
.

1.
2.

Materials covered under


this clause

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 and its corresponding


period of all the materials covered
under clause -10CA

Base Price
(per MT)

Corresponding
period

Rs. 6500/-

August-2015

Rs. 44000/-

August-2015

Nil

19

Clause 10 CC:

Not Applicable

Clause 11: Specifications to


be followed for execution of work

For Civil Work


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

Clause-12
12.2, 12.3

12.5

Deviation limit beyond which


clause 12.2 & 12.3 shall apply
for building work
(i) Deviation limit beyond which
clause 12.2 & 12.3 shall apply
for Foundation work
(except earth work)
(ii) Deviation Limit for items in earth
work subhead of DSR
or related items

30%
.

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

For Electrical Work


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

Superintending Engineer(E)
BFE Circle, CPWD
IBBZ-I, Matigara, Siliguri

20

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

As per contract provisions

Clause 25 :
Constitution of Dispute
Committee (DRC)

Redressal

For disputes above Rs. 25 lakh:


(i) Chief Engineer, IBBZ-II: Chairman.
(ii) SE(TLC & Admn), O/o ADG(B) :
Member.
(iii) SE(P&A), IBBZ-II : Member
For disputes upto Rs. 25 lakh:
(i) SE(TLC & Admn), O/o ADG(B)
Chairman.
(ii) EE(P), IBBZ-II : Member
(iii) EE(P), IBBZ-I : Member

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

Rs. 60,000/(Per month)

Rupees Sixty
thousand only
(Per month)

Rs. 40,000/(Per month


per person)

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

Rs. 25,000/(Per month


per person)

Rupees Twenty
five thousand
only
(Per month per
person)

Rs. 25,000/(Per month


per person)

Rupees Twenty
five thousand
only
(Per month per
person)

Rs. 15,000/(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

(b) Bitumen for all works

2.5% plus only & nil on


minus side

(c) Steel reinforcement and structural steel


sections for each diameter, section and
category
(d) GI Barbed wire

2% plus/minus

2% plus/minus

(e) P. T. Concertina Coil

Nil

(f)

Nil

i)

Schedule /Statement for determining


theoretical quantity of cement &
bitumen on the basis of

ii)

Variations permissible on theoretical


quantities.
(a) Cement
For works with estimated cost put to
tender more than Rs. 5 lakh

All other materials

22

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No.

1.
2.

Description of item

Unit

Rates in figures and words at which


recovery shall be made from the
Contractor
Excess beyond
the Permissible
variation

Less use beyond


the permissible
variation

Cement 43 Grade
(i) OPC

M.T.

NIL

Not Permitted

TMT Reinforcement bars

M.T.

NIL

Not Permitted

23

FORM OF PERFORMANCE SECURITY

BANK GUARANTEE BOND


In consideration of the President of India (hereinafter called The Government) having
offered to accept the terms and conditions of the proposed agreement between
_______________________ and __________________ (hereinafter called the said
contractor(s) for the work ______________________________ (hereinafter called The
said agreement) having agreed to production of a irrevocable Bank Guarantee for
Rs.______________ (Rupees __________________________________ only) as
security/guarantee from the contractor(s) for compliance of his obligations in accordance
with the terms and conditions in the said agreement.
1.

We _________________________________ (hereinafter referred to as the Bank)


hereby undertake
to (indicate the name of the bank)pay to the Government an
amount not exceeding Rs.___________ (Rupees ____________________ only) on
demand by the Government.

2.

We _____________________________ do hereby undertake to pay the amounts due


and payable (indicate the name of the bank)under this Guarantee without any demure,
merely on a demand from the Government stating that the amount claimed is required
to meet the recoveries due or likely to be due from the said contractor(s). Any such
demand made on the Bank shall be conclusive as regards the amount due and
payable by the bank under this Guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs.__________ (Rupees
___________________ only).

3.

We, the said bank further undertake to pay to the Government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any
suit or proceeding pending before any court or Tribunal relating thereto, our liability
under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the contractor(s) shall have no claim against us for
making such payment.

4.

We _________________________________ further agree that the guarantee herein


contained shall(indicate the name of the Bank)remain in full force and effect during the
period that would be taken for the performance of the said agreement and that it shall
continue to be enforceable till all the dues of the Government under or by virtue of the
said agreement have been fully paid and its claims satisfied or discharged or till
Engineer-in-Charge on behalf of the Government certified that the terms and conditions
of the said agreement have been fully and properly carried out by the said contractor
(s) and accordingly discharges this guarantee.

5.

We __________________________________ further agree with the Government


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

24

our consent and without effecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said agreement or to extend time of
performance by the said contractor(s) form time to time or to postpone for any time or
from time to time any of the powers exercisable by the Government against the said
contractor(s) and to forbear or enforce any of the terms and conditions relating to the
said agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said contractor(s) or for any forbearance,
act of omission on the part of the Government or any indulgence by the Government
to the said contractor(s) or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.
6.

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

7.

We _____________________________________ lastly undertake not to revoke this


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

8.

This guarantee shall be valid upto ____________________ unless extended on


demand by Government. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs.___________________ (Rupees
___________________ only) and unless a claim in writing is lodged with us within six
months of the date of expiry or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged.

Dated the ____________________ day of_____________________ for________________


(indicate the name of Bank)

25

FLY LEAFS

FLY LEAF No. I


ADD AFTER PARA 2 OF CLAUSE 19 AT PAGE 39 OF GCC
For this purpose, as laid down in Rule 4 (3) of the Building and other Construction works
Welfare Cess Rule 1998, the contractor shall have to pay Cess @1% of the gross value of
work done by him, which shall be recovered from each running bill including final bill of the
work the Engineer-in-Charge. The amount so deduct shall be transferred to the West
Bengal Building and other Construction Workers Welfare Board or any other designated
office.

FLY LEAF No. 2


Arbitration and litigation cases (Introduction of DRC in standard GCC )
1.1 Dispute Redressal Committee : In order to drastically reduce the number of cases
filed by the contractors for arbitration, and to redress the disputes with the contractor
in accepting any decision of a competent authority on any matter relating to a contact
there shall be a Standing Committee, convened by the Additional Director General,
for each Zone in the Region comprising of the following Members:
1.2 For Total claims more than Rs.25.0 lakh
a) One Chief Engineer IBBZ-II : Chairman
b)
SE(TLC & Admn), O/o ADG(B) : Member.
c)
SE(P&A), IBBZ-II: Member
d) The SE in-Charge of the work shall present case before DRC but shall not have
any part in decision making.
1.3 For Total claims up to Rs. 25.0 lakh
a) SE(TLC & Admn), O/o ADG(B) : Chairman
b) EE(P), IBBZ-II : Member
c)
EE(P), IBBZ-I : Member
d) The Executive Engineer in-Charge of the work shall present the case before DRC but
will not have any part in decision making.
IN the first instance, the Executive Engineer, Superintending Engineer, or the Chief
Engineer shall positively give his decision or any matter relating to the contract, for
which he is competent to do so. If the decision so given is not acceptable to the
contractor due to any legitimate reason, efforts shall be made to reason with the
contractor to arrive at a consensus that is reasonable and legitimate under the terms
and conditions of the contract. If, however, no consensus can be reached, the
matter shall be referred to the next higher authority, and if no consensus can be
reached at that level too, then the Chief Engineer shall refer the matter to the
Committee for adjudication.

26

In other words, cases shall be referred to the Committee only after exhausting all
other remedies available with the officers of the department who are a party to the
contract.
The Superintending engineer and his Executive Engineer, who are parties to the
contract under dispute, shall present the case of the department before the
Committee, alongside the contractor who shall present in his case. The Committee
shall hear both the parties, and suggest in amicable and legitimate solution to the
problem, based on the principal of equity and natural justice. If the sane is
acceptable to both the parties, it shall be accepted by the officer in the department
under whose competence the matter falls, and conveyed for implementation. If,
however, the Committee fails to resolve the issue, the decision taken by the
competent authority of the department in the matter would stand. It would then be
upto the contractor to either accept it, or to apply for arbitration under the provisions
of the contact.
2) Wherever such a Dispute Redress Committee is constituted in a Region, suitable
provision for the same should be made part of NIT that ADG in charge shall be the
competent authority to constitute DRC comprising members mentioned above. This
shall incorporated the Schedule of CPWD 7/8, and these shall form a part of the
contract. The DRC shall have to give decision on the claims of contractor or
department was three months of receipt of reference. If no decision is given by DRC
within three months then claimant shall be at liberty to seek appointment of arbitrator.
In either department or contractor is not satisfied with the decision of DRC, each
........seek appointment of arbitrator. The contractor shall only be entitled to invoke
arbitration clause after exhausting the remedy available under the Dispute Red
Committee. Other provisions under Para 35.1 shall remain unchanged.

FLY LEAF No. - 3


Minimum Quality Assurance Plan
1. Minimum Q.A Plan shall have to be part of tender document for all the costing more
than tendering limit of :(i)
Class V contractors under Civil Category.
(ii)
Class IV contractor under Electrical Category.
(iii)
Group D Contractors empanelled for HVAC, Sub-Station, Fire Fighting and Lifts
Category under Specialized E & M Services.
2. Lot size, number of required test and frequency of testing needs to be clearly in QA
Plan. While deciding these criteria CPWD Specifications & Provision Code and
Standard Practices may be referred. Volume of work, Practical Difficult and Site
Conditions etc. may also be kept in view and lot size, number of frequencies of testing
may be varied suitable by NIT Approving Authority.

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.

Maintenance of Material at Site (MAS) Register :i)

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

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


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

1.14

The contractor shall provide at his own cost suitable weighing, surveying and leveling
and measuring arrangements as may be necessary at site for checking. All such
equipments shall be got calibrated in advance from laboratory, approved by the
Engineer-in-Charge. Nothing extra shall be payable on this account.
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

BATCH MIX CONCRETE

1.28.1 The contractor shall install separate concrete weighing plants of minimum 5
Cum/Hour capacity and establish laboratories at all BOPs site of batch mix plant to
test the coarse aggregate, fine aggregate, water, sand, cement etc. and Compressive
strength testing machine for testing of cubes & bricks etc. Contractor is also required
to depute technical personnel specifically for running of Batch Mix Plant and for
quality control of mix produced.
1.28.2 All incidental expenditure on security, construction of cement godown, access roads,
arrangement of water, electricity etc. to be incurred or anticipated by the agency for
arranging, installing and operation of Batch Mix Plant shall be deemed to have been
included in his quoted rates and no claim whatsoever will be tenable on this account.
1.29

With each Running Bill, the details of test carried out shall be submitted by the
contractor as per prescribed proforma.

1.30

On completion of work, the contractor shall submit at his own cost four prints of as
built drawings to the Engineer-in-Charge. These drawings shall have the following
information.

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

LABOUR AND SECURITY

5.1

Contractor should provide his plan for labour huts as per his requirement and get it
approved from the Engineer-in-Charge.

5.2

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

5.3

The contractor shall employ only Indian Nationals after verifying their antecedents
and loyalty. The contractor shall, on demand submit list of his agents, employees and
work people concerned & shall satisfy as to the bonafides of such people.

5.4

The contractor & his work people shall observe all relevant rules regarding security
promulgated in which work is to be carried out by the Controlling Administrative
Authority of the campus/area (hereinafter referred to as Administrator).

5.5

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


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

5.6

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


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

5.7.1 Normally 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

TRANSPORTATION AND OFFICE INFRASTRUCTURE:

6.1

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

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


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

7.3

The program chart should include the following: a) Descriptive note explaining sequence of various activities.
b) Network (PERT / CPM / BAR CHART) which will indicate resources in financial
terms, manpower and specialized equipment for every important stage.
c)

Program for procurement of materials by the contractor.

d) Program of procurement of machinery / equipments having adequate capacity,


commensurate with the quantum of work to be done within the stipulated
period, by the contractor.
7.4

If at any time, it appears to the Engineer-in-Charge that the actual progress of work
does not conform to the approved program referred above, the contractor shall
produce a revised program showing the modifications to the approved program by
additional inputs to ensure completion of the work within the stipulated time.

42

7.5

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


program or the furnishing of such particulars shall not relieve the contractor of any of
his duties or responsibilities under the contract. This is without prejudice to the right
of Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.
Notwithstanding the fact that the contractor will have to pay to the labourers and other
staff engaged directly or indirectly on the work according to the provisions of the
labour regulations and the agreement entered upon and/or extra amounts for any
other reason.

8.0

PROGRESS AND MONITORING OF WORK:


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

9.0

SAMPLE OF MATERIALS:-

9.1

All materials and fittings brought by the contractor to the site for use shall conform to
the samples approved by the Engineer-in-Charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of work
in Schedule of Quantity, the same shall be used after getting the same approved from
Engineer-in-Charge. Wherever brand / quality of material is not specified in the item
of work, the contractor shall submit the samples as per List of Preferred Makes for
approval of Engineer-in-Charge. For all other items, ISI Marked materials and fittings
shall be used with the approval of Engineer-in-Charge. Wherever ISI Marked material
/ fittings are not available, the contractor shall submit samples of materials / fittings
manufactured by firms of repute conforming to relevant Specifications or IS codes for
the approval of Engineer-in-Charge.

9.2

To avoid delay, contractor should submit samples as stated above well in advance so
as to give timely orders for procurement. If any material, even though approved by
Engineer-in-Charge is found defective or not conforming to specifications shall be
replaced / removed by the contractor at his own risk & cost.

9.3.

BIS marked materials except otherwise specified shall also be subjected to quality
test besides testing of other materials as per the specifications described for the
item/material. Wherever BIS marked materials are brought to the site of work, the
contractor shall, furnish 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

For certain items, if frequency of tests is neither mentioned in the CPWD


Specifications & BIS, then tests shall be carried out as per decision of Engineer-inCharge.

10.0

CEMENT & STEEL REINFORCEMENT (IF NOT STIPULATED TO BE SUPPLIED


BY THE DEPARTMENT).

10.1

Contractor has to produce manufacturers test certificate for each lot of Cement &
Steel Reinforcement procured at site.

10.2

CEMENT:-

10.2.1 The contractor shall procure 43 grade Ordinary Portland Cement / Portland
Pozzolona Cement (Fly Ash based)/PSC, required in the work from reputed
manufacturers of cement having a production capacity not less than one million tones
or more per annum, such as ACC, Ultra Tech, J. P. Rewa, Vikram, Shri Cement, Birla
Jute & Cement Corporation of India, Birla gold, Laffarge etc., as approved by the
Ministry of Industry, Government of India, and holding license to use ISI certification
mark for their product. The tenderers may also submit a list of names of cement
manufacturers which they propose to use in the work. The tender accepting authority
reserves right to accept or reject name(s) of cement manufacturer(s) which the
tenderers proposes to use in the work. No change in the tendered rates will be
accepted if the tender accepting authority does not accept the list of cement
manufacturers, given by the tenderer, fully or partially. The supply of cement shall be
taken in 50 kg bags bearing 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

not be removed from site without written permission of the Engineer-in-Charge.


10.2.8 In case the contractor brings surplus quantity of cement the same shall be removed
from the site after completion of work by the contractor at his own cost after approval
of the Engineer-in-Charge.
10.2.9 Cement, which is not used within 90 days from its date of manufacture, shall be
retested at approved laboratory. Until the results of such tests are found satisfactory,
it shall not be used on the work.
10.3

CONDITION FOR USE OF FLYASH AND / or PPC/PSC IN RCC STRUCTURE:PPC manufactured conforming to IS: 1489 (port-I) shall be treated at par with OPC
for manufacture of design mix concrete for structure use in R.C.C.
General :

10.3.1 IS: 456-2000 Code of practice for Plain and reinforced Concrete (as amended up to
date) shall be followed in regard to Concrete Mix Proportion and its production as
under:
(a) The concrete mix design shall be done as Design Mix Concrete as prescribed in
clause-9 of IS 456 mentioned above.
(b) Concrete shall be manufactured in accordance with clause 10 of above mentioned
IS: 456 covering quality assurance measures both technical and organizational,
which shall also necessarily require a qualified Concrete Technologist to be
available during manufacture of concrete for certification of quality of concrete.
10.3.2 The mechanical properties such as modulus of elasticity, tensile strength, creep and
shrinkage of flyash mixed concrete or concrete using flyash blended cements (PPCs)
are not likely to be significantly different and their values are to be taken same as
those used for concrete made with OPC.
10.3.3 To control higher rate of carbonation in early ages of concrete both in flyash admixed
as well as PPC/PSC based concrete, water / binder ratio shall be kept as low as
possible, which shall be closely monitored during concrete manufacture.
If necessitated due to low water / binder ratio, required workability shall be achieved
by use of chloride free chemical admixtures conforming to IS: 9103. The

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

FOR CONSIGNMENT OVER


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

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

ENGAGING SPECIALISED AGENCIES FOR WORKS: -

11.1

The Contractor shall engage specialized agency unless otherwise approved by any
Government Department having adequate technical capability and experience of
having executed at least one work of similar items of 80% or more magnitude or
two works of similar items of aggregate value minimum 60% magnitude individually
for executing the following items of the work and / or any other items of work where
specialized firm is required to be engaged as per contract conditions. For
determining the required magnitude, the value of the work executed may be
suitably enhanced with the prevailing approved cost index.
i) Factory made Wooden Shutters of all types except Flush Doors.
ii) Water proofing treatment work of all types.
iii) Tubewell installations
iv) Overhead Tank.
v) Aluminium Work
vi) Water treatment plant

11.2

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

II - QUALITY ASSURANCE, QUALITY AUDIT AND INSPECTION:


1.

Quality of works shall be the sole responsibility of the contractor through inspection
and testing by the technical staff employed by the contractor. In order to assure
proper quality control over the materials and items of works, testing and inspections
shall also be done by:
i) The Engineer-in-charge and/or his representative or AE[QA] of 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.

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


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

6.

The contractor shall maintain all documents of test reports/results properly and shall
hand over the same to the Engineer-in-Charge after completion of work. Engineer-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.

The samples for tests shall be drawn in the following manner:


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

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

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

54

2.0

R.C.C. WORK:-

2.1
Design Mix Concrete
2.1.1 2.1.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has
been indicated, the same shall imply for the Design Mix Concrete. The Design Mix
Concrete will be designated based on the principles given in IS: 456, 10262 & SP 23.
The Conditions & Specifications stated herein shall have precedence over all
conditions & specifications stated in relevant I.S. Codes / C.P.W.D. Specifications.
The concrete mix shall be designed for the specified target mean compressive
strength in order to ensure that work test result do not fall below the acceptance
criteria specified for the concrete mix. The Contractor shall design mixes for each
class of concrete indicating that the concrete ingredients and proportions will result in
concrete mix meeting the requirements specified.
(a) The contractor has to submit design mix without use of admixtures.
(b) Admixture may be added (by maintaining the minimum cement content as given
under para- 2.1.2(e)) in case of specific technical requirement so as to meet the
workability / slump requirement or for any other reason but nothing extra is to be
paid to contractor on account of adding admixtures.
2.1.2 The sources of coarse aggregate, fine aggregate, water, admixture & cement to be
used in concrete work shall be identified by the contractor & he will satisfy himself
regarding their conforming to the relevant specifications & their availability before
getting the same approved from the Engineer-In-Charge.
(a) Coarse Aggregate

As per CPWD Specifications

(b) Fine Aggregate

As per CPWD Specifications

(c) Water

It shall conform to requirements laid down in


IS:456-2000 / Para 3.1.1 of CPWD
Specifications

(d) Cement

OPC 43 Grade conforming to IS-8112/PPC


conforming to IS-1489 (Part I)/PSC conforming
to IS- 455-1989 shall be used for design mix
concrete. However, if the contractor uses
higher grade of cement nothing extra shall be
paid.

(e) Admixture/
Plasticizer

The admixture shall conform to IS: 9103.


Whenever required, the admixture of approved
quality & approved make only shall be used to
attain the required workability. Nothing extra on
account of use of Admixture / Plasticizer shall
be payable.

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

=
=

Characteristic compressive strength at 28 days.


Standard deviation which depends on degree of
quality control.

The standard deviation for different grades of concrete shall be as follows: GRADE OF CONCRETE

STANDARD DEVIATION

M-20
M-25
M-30
M-35

4.0
4.0
5.0
5.0

2.1.8 TRIAL BATCHES


(a)

The designed mix proportions shall be checked for target mean compressive
strength by means of trial batches.

(b)

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

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.

APPROVAL OF DESIGN MIX


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

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)

The concrete mix is of required degree of workability and acceptable concrete


finish.

BATCHING & MIXING:(a)

(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

the approval from Engineer-In-Charge regarding source of RMC by giving the


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

All measuring equipment shall be maintained in a clean and serviceable


condition and their accuracy shall be checked at least once a month.

(d)

Only single sized good quality stone aggregate shall be brought to site of work
from the approved source. The grading of the stone aggregate shall be
controlled by blending the aggregate of different sizes in the required
proportions at site of work
The aggregate of different sizes shall be stock-piled separately, preferably a
day before use.
The grading of coarse and fine aggregates shall be checked as frequently as
possible and as directed by the Engineer-In-Charge to ensure that the
specified grading and quality of aggregate is maintained.

(e)

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


approved value by making adjustment for the moisture contents of both fine
and coarse aggregates.
The moisture contents in the aggregate shall be determined as frequently as
possible in keeping with the weather conditions and as per the provisions of
IS: 2386 (Part-III).

2.3

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

2.4

SAMPLING:(a) Samples from fresh concrete shall be taken as per IS 1199-1959 and the test
cubes shall be made, cured and tested in accordance with IS: 516-1959.
(b) Each test sample shall comprise of six test cubes (specimen), three of which shall
be tested at 7 days and remaining for tests at 28 days.

58

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

Footings, rafts etc.


Columns and walls at all levels.
Beams at all levels.
Slabs at all levels.

(ii) At least one test sample shall be taken for each lot of concrete work.
(iii) Each grade of concrete shall form different lot for testing.
(iv) The minimum frequency of sampling of concrete of each grade shall be in
accordance with CPWD specification 2009, Vol.- I with upto date correction
slips:(v) The concrete work shall be assessed on day to day basis & samples shall be
takenas specified.
(vi) Work strength test shall be conducted in accordance with IS: 516 on random
sampling.
2.4.1 TEST RESULTS OF SAMPLES: The test results of the sample shall be the average of the strength of three
specimens. The individual variation shall not be more than + 15% percent of the
average. If variation is more, the test results shall be treated as invalid. 90% of the
total tests shall be done at the laboratory established at site by the contractor and
remaining 10% in any other laboratory as directed by the Engineer-in-Charge.
2.4.2STANDARD OF ACCEPTANCE: i)

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

ii)

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

iii)

Concrete of each grade shall be assessed separately.

iv)

Concrete is liable to be rejected, if it is porous or honeycombed or its placing


has been interrupted without providing a proper construction joint or the
reinforcement has been displaced beyond the tolerances specified, or
construction tolerances have not been met.

59

2.5

2.6
2.7

MEASUREMENT
(i)

As per CPWD Specifications.

(ii)

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

TOLERANCES - As per CPWD Specifications.


RATES: (i)

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

(ii)

In case of rejection of concrete on account of unacceptable compressive


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

2.8 R C C WORK (ORDINARY)


2.8.1 The work shall be done in accordance with CPWD Specifications.
2.8.2 Water Cement ratio for Ordinary RCC work shall not be more than 0.5. Contractor
shall use concrete mixture of proper design having arrangement for measuring water
for mixing of concrete.
2.9
FORM WORK
2.9.1 The work shall be done in general as per CPWD Specifications.
2.9.2 Only M.S. centring / shuttering and scaffolding material unless & otherwise specified
shall be used for all R.C.C. work to give an even finish of concrete surface. However,
marine-ply shuttering in exceptional cases as per site requirement may be used on
specific request from contractor to be approved by the Engineer-in-Charge.
2.9.3 Nothing extra shall be paid for the centering and shuttering, circular in shape
whenever the formwork is having a mean radius exceeding 6m in plan.

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:-

2.10.1 The reinforcement shall be done as per CPWD Specifications.


2.10.2 The rate of item of reinforcement of RCC work includes all operations including
straightening, cutting, bending, welding, binding with annealed steel or welding and
placing in position at all the floors with all leads and lift complete as per CPWD
Specifications.
2.10.3 The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and size.
Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars (Conbextra as manufactured by
M/S Fosroc Chemicals India Ltd. or approved equivalent) of high early strength
and same colour as surrounding concrete, Pre-cast cement mortar/concrete
blocks/blocks of polymer shall not be used as spacer blocks unless specially
approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such
cover blocks.

61

2.11

PRE-CAST RCC WORK

2.11.1 The work shall be done in accordance with CPWD Specifications.


2.11.2 Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision
shall be made in the mould to accommodate fixing devices such as hooks etc. and
forming of notches and holes. Each unit shall be cast in one operation. A sample of
the unit shall be got approved from Engineer-in-charge before taking up the work.
2.11.3 Pre-cast units shall be clearly marked to indicate the top of member and its location.
2.11.4 Pre-cast units shall be stored, transported and placed in position in such a manner
that these are not damaged.
2.11.5 The compaction of the concrete shall be done by vibrating, table or external vibrator,
as approved by Engineer-in-charge. The rate quoted for the item shall include the
element for framework and mechanical vibration.
2.11.6 Rate for item includes cost of all materials. labour, and all operations involved. Cost
of M.S. frames, lugs including their welding, lifting hooks is also included.
3.0

BRICK WORK:-

3.1

The brickwork shall be carried out with good quality well burnt locally available
bricksof size 250mmx125mmx75mm of class designation 75 as per CPWD
Specifications.
(Note:-Tolerance limit prescribed for dimension test shall be
applicable on above mentioned standard size of brick.)

3.2

The rate shall also include for leaving chases / notches for dowels / cramps for all
kinds of cladding to come over brick work.

3.3

Brick work provided around shaft or lift walls or around slab cutouts shall be
measured in the brick for corresponding floor level. Nothing extra shall be paid on this
account.

3.4

M.S. bar provided at every third course of half brick masonry shall be in single piece.
If required, welding joint can be used without overlaps. Nothing extra shall be paid for
welding and overlaps.

4.0

STONE / MARBLE WORK :-

4.1

General: -The execution of stones work shall be in general as per CPWD


Specifications.

4.2

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

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

Glazing for toilets shall be of translucent type.

5.4

The shape and size of beading shall be as per drawings. The joints of beading shall
be mitred.
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

Factory made panelled / wire gauge door shutters

5.10

The work shall be executed through specialized agencies to be approved by the


Engineer in Charge.

5.11

The shutters should be fabricated in factories & fabrication should conform to CPWD
Specifications Para 9.6.6 & IS 1003 Part-I.

5.12

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

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

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

6.0

STEEL WORK:-

6.1

The work shall be carried out as per CPWD Specifications.

6.2

Pressed Steel Frame / T Iron Frames: - The work shall be done as per CPWD
Specifications. The frames shall be fabricated in approved workshops. The angle and
flat iron frames for cupboard shall also be fabricated from the above approved
workshops.

6.3

Steel windows / ventilators: The work shall be done strictly as per CPWD
Specifications. Flash butt-welded steel windows / ventilators only shall be provided
and shall be procured from the approved manufacturers. The corners should be
welded to form a solid fused welded joint conforming to the requirement given below.
a) Weld shall be made all along the place of meeting the member.
b) Weld should be properly grounded.
c)

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

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

64

6.4

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

7.0

FLOORING:-

7.1

All work in general shall be carried out as per CPWD Specifications.

7.2

Whenever flooring is to be done in patterns of tiles and stones, the contractor shall
get samples of each pattern laid and approved by the Engineer-in-charge before final
laying of such flooring. Nothing extra shall be payable on this account.

7.3

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


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

7.4

Samples of flooring stones (Kota/ Marble/ Granite etc.) shall be deposited well in
advance with the Engineer-in-Charge for approval. Approved samples should be kept
at site with the Engineer-in-Charge and the same shall not be removed except with
the written permission of Engineer-in-Charge. No payment whatsoever shall be made
for these samples.

7.5

The Marble/ Kota/ Granite or any other stone shall be fully supported by the details
establishing the quarry and its location.

7.6

Full width Marble/ Kota/ Granite stone over kitchen platform shall be provided which
shall not be less than 900mm long except to adjust for closing pieces. The marble /
stone flooring in treads and risers of staircase shall not be less than 1500mm long
except to adjust the closing pieces. Nothing extra shall be paid on these accounts.

7.7

Precast Terrazo Tile Flooring


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

7.8

Ceramic Tiles Flooring


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

65

Tiles for dado shall be 200mm x 300mm (minimum size) GROUP-III as approved.
Tiles for flooring shall be 300mm x 300mm (minimum size) GROUP-V Tiles as
approved.
Test shall be conducted to satisfy the quality of material as per CPWD Specifications
7.9

The rate of items of flooring is inclusive of providing sunken flooring in bathrooms,


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

8.0

WATER PROOFING FOR SUNKEN FLOORS:-

8.1

The work shall be got executed from the specialized agency as approved by the
Engineer in Charge.

8.2

Total quantity of the water proofing compound required shall be arranged only after
obtaining the prior approval of the make by Engineer-in-charge in writing. Materials
shall be kept under double lock and key and proper account of the water proofing
compound used in the work shall be maintained. It shall be ensured that the
consumption of the compound is as per specified requirements.

8.3

The finished surface after water proofing treatment shall have adequate smooth slope
as per the direction of the Engineer-in-charge.

8.4

Before commencement of treatment on any surface, it shall be ensured that the outlet
drain pipes / spouts have been fixed and the spout openings have been chased and
rounded off properly for easy flow of water.

8.5

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

66

9.0.

FINISHING:-

9.1

The work shall be done in accordance with CPWD Specifications.

9.2

All painting material of approved brand and manufacturer shall be brought to the site
of work in the original sealed containers. The material brought to the site of work shall
be sufficient for at least 30 days of work. The material shall be kept under the joint
custody of contractor and representative of the Engineer-in-charge. The empty
containers shall not be removed from the site till the completion of the work without
permission of the Engineer-in-charge.

10.0

SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:-

10.1

The contractor shall submit schematic drawing of water supply and sanitary
installation showing details of layout, including internal water supply and drainage
details, showing the detail of water supply lines including fittings diameter wise and
fixtures connecting to soil waste through traps and connection of W.C. to main shaft
pipe for drainage including its ventilation system for approval of Engineer-in-Charge.

10.2

For the work of water supply and sanitary installations, the contractor shall engage
the approved licensed plumbers and submit the name of proposed plumbing
agencies with their credentials for approval of the Engineer-in-Charge.

10.3

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

10.4

The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs
etc. wherever required and making good the same for which nothing extra shall be
paid.
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

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

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

Aluminium doors, windows, ventilators etc. glazing specifications

11.1

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

11.2

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


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

11.3

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

Handling and Stacking: -

11.9.1 Fabricated materials shall be carried in an approved manner to protect the material
against any damage during transportation. The loading and unloading shall be carried
out with utmost care. On receipt of material at site, it shall be carefully examined to
detect any damaged pieces. Arrangements shall be made for expeditious
replacement of damaged pieces/ parts. Materials found to be acceptable on
inspections shall be repacked in crates and stored safely.
11.9.2 In the case of composite windows and doors, the different units are to be assembled
first. The assembled composite units should be checked for line, level and plumb
before final fixing is done. Units may be serial numbered and identified as out how to
be assembled in their final locations if situation so warrants.
11.9.3 The contractor shall be responsible for assembling composite, bedding and filling the
grove with polysulphide sealant inside and outside, at transoms and mullions placing

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

EARTH WORK IN EMBANKMENT


Cleaning the site before starting the work: Dressing by cutting, cleaning and
removing vegetation, shrubs, bamboo cluster or any undesirable vegetation upto a
distance of 3 metres on either side of each row of security fencing and/or 1.5 metre
from the toe of embankment to be constructed for fencing.

71

12.2

Setting out of the work:

12.2.1 Site clearance, setting out and making profiles: These shall be done as
specified in para 2.4 & 2.5.1 of CPWD Specifications 2009 (Vol.-I & II).
The toe lines of the embankment shall be marked by pegs driven into the ground at
15 meters intervals and by continuous picking (dag-bailings) to indicate the limits of
the side slopes. Bamboo and string profiles shall be erected at every 60 m intervals
in straight reaches and 15 m apart in curved portions.
12.2.2 Master/ Temporary Pillars: The contractor must erect temporary pillars, master
pillars etc. at his own cost before start of the work in suitable places in as many
numbers as may be required & as may be directed by the Engineer-in-charge. The
departmental staff with the help of such temporary/master pillars etc shall check all
important levels and finalise alignment during progress of the work. Contractor shall
maintain and protect those pillars till the completion of the work. All such work
including the temporary/ master pillars and the petty and sundry material like pegs,
strings, nails, instrument, etc. and also skilled labour required for setting out the
level and alignment shall be provided by the contractor, cost of which is deemed to
have been included in the rates quoted and nothing extra shall be payable to the
contractor.
12.2.3 Responsibility for levels, position, dimensions and alignment: The contractor
shall be responsible for setting out the work, correctness of levels, dimensions and
alignment. If any error appear or arise during the progress of the work in respect of
level, position, dimensions and alignment, the contractor shall at his own cost rectify
such defects forthwith to the satisfaction of the Engineer-in-Charge or his
authorized representative. This stipulation is made in addition to para-2.5.1 of
CPWD Specification 2009 (Vol.-I) with up to date correction slips.
12.2.4 Initial & Final Levels, quantity of earth for Payment: Before start of the
earthwork over the existing road/ embankment/ natural ground, initial level of the
existing road /embankment/natural ground will be recorded as per Para 2.5.2 of
CPWD
Specifications
2009
Vol.-I.
After
the
completion
of
the
earthwork/embankment, the final level of the earth embankment will be recorded.
On the basis of final & initial levels recorded, the quantity of earth shall be worked
out. Based on the quantity so worked out, payment shall be
done under relevant item after making deduction, as per relevant specification, due
to voids.
12.3

Quality of Earth in Embankment:

12.3.1 Proctor Dry Density, Liquid Limit & Plasticity Index: The embankment shall be
of good quality earth having a minimum modified Proctor dry density of 1.52g/cu
cm. The liquid limit of earth shall be not less than 14% and not more than 70% and
Plasticity Index shall be not less than 4 and not more than 45. The Engineer-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

Source of Earth to be got approved in advance:

12.4.1 Contractor to Conduct Tests Firston Earth Samples taken from source and
satisfy himself beforehand regarding suitability of quality of earth at the first
instance. Only thereafter, he should indicate the source/ quarry/ quarries from
where earth is to be brought.
12.4.2 Source shall be got approved from Engineer-in-charge by the contractor. He
shall be permitted to use earth from the source/ quarry/ quarries only after testing
the suitability of earth for embankment & binding material. Representative samples
of soil from each of the quarry shall be collected before start of earth work and shall
be got tested for the tests specified in the appended List of Tests.
Any earth drawn from any source other than approved by Engineer in Charge shall
not be accepted & shall have to be removed by the contractor from the site of work
at his own cost.
12.5

Subgrade:

12.5.1 The top of the embankment up to a depth of 500 mm over the entire width and/or
directly supporting the road/ cement concrete pavement is termed as sub-grade.
While preparing the sub-grade, the earth used for embankment shall be of good
quality in order to achieve the compaction of 97% of Modified Procter dry density.
12.6

Laying and Compaction of Earthwork in Embankment:


Earthwork in Embankment shall not proceed unless & until each of the compacted
layers, including the foundations for embankment has been inspected & approved
by the Engineer-in-charge.

12.6.1 Each Embankment layer to be of 200 mm loose thickness and compacted


using road roller. The material shall be spread in uniform thickness over the entire
width of the embankment & laid in layers not exceeding 200-mm loose thickness.
Each layer shall be continuous and parallel to the finished grade. The placing of
earth shall be done in full width of embankment including slopes and the section of
ground shall be kept slightly slopping away from the shoulder of road embankment
to avoid ground of pools of water during rain.
Where the width of widened portions is insufficient to permit the use of vibratory
road rollers, compaction shall be carried out with the help of small vibratory rollers/
plate compactors/ power rammers or any other appropriate equipment approved by
Engineer-in-Charge but in no case lesser compaction than specified shall be
permitted.
12.6.2 Organic or Foreign Matter in Earthwork: Organic matter of any kind or any other
foreign matter, which in the opinion of the Engineer-in-charge is likely to deteriorate

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

shoulder in advance to a compacted layer of the WBM course/CC pavement as


shown in Fig. 16.1 of CPWD Specifications (Vol.-II)-2009.
12.6.10 Vibratory Road Roller shall be understood whenever stated as Road
Roller/Power road roller.
12.7

Joining of old and new embankments:

12.7.1 Joining along the same axisof embankment shall be done by stepping in an
overall slope of 1 vertical: 5 horizontal. Where the embankment is to be placed
against slopping ground the latter shall be appropriately benched or ploughed as per
the directions of the Engineer-in-charge.
12.7.2 Joining while widening existing embankment and /or sub-grade when its slope
is steeper than 1 vertical in 4 horizontal, continuous horizontal benches each at
least 300 mm wide, shall be cut into the old slope for each layer for ensuring
adequate bond with fresh embankment. The material obtained from cutting of
benches could be utilised in widening of embankment.
12.8

Achieving Undulation free and levelled Compacted Surface:

12.8.1 Earth filling height to be pre-formed in different sections with no undulations. In


the longitudinal section of the embankment also, there should not be any
undulations.
12.8.2 Cross fall of top of the embankment and side berms shall be maintained at all
times during construction such that it will shed water & prevent flooding.
12.8.3 Dressing of Berms & side slopes of the embankment shall conform to the
alignment, levels, cross sections, dimensions shown on the drawings or as directed
by the Engineer-in-charge.
12.9

Repairing of damages caused by rain/spillage of water:

12.9.1 The soil in affected portion shall be removed in such area as directed by
Engineer-in-Charge before next layer is laid and refilled in layers and compacted
using mechanical means such as small vibratory roller, plate compactor or power
rammer to achieve the required density. If the cut is not sufficiently wide for use of
required mechanical means for compaction, the same shall be widened suitably to
permit their use for proper compaction. The test shall be carried out
as directed
by Engineer-in-Charge to ascertain the density requirement of repaired area. For
repair of damage nothing extra is payable.
12.9.2 To save the earthen embankment or any other component of this work or
adjoining work from damage due to accumulation of water resulting from rain,
floods, springs, etc, if it become necessary in the opinion of the Engineer in charge,
the contractor shall have to make suitable arrangement to drain off accumulated
water & nothing extra whatsoever shall be paid on this account.

75

12.10 Sequence of Earth Work on the ground:


(i) Filling of earth on the land little less than the desired formation level where
structures are to be erected.
(ii) Compaction of earth in layers at OMC condition as per CPWD Specification.
(iii) Excavation of foundation in the formation ground.
(iv) Excavated earth to be used for back filling, plinth filling, floor filling etc.Excess
excavated earth to be used for increasing ground level to the desired formation
level.
13.0

Water Bound Macadam:

13.1

Water bound macadam (WBM) shall consist of clean crushed aggregates


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

13.2
Coarse Aggregate.
13.2.1 Grading requirement of coarse aggregate shall be as specified in Table -16.2 on
Page -645 of CPWD Specification 2009 (Vol.-II):
Table-1
Grading
No

Size Range

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.

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


Page-645 of CPWD Specification 2009 of Vol.-I&II.
TABLE-2
Sl.
No.
1.

2.

3.

Type of
Constructio
n
Sub-base

Base

Surface
Course

Test for W.B.M.

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%

Aggregates may satisfy requirements of either of the two tests.

**

The requirement of flakiness index shall be enforced only in case of crushed/


broken stone and crushed slag.

13.3
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

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


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

13.3.3

Screening shall be collected at site only after the arrangement have


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

Binding Material:
13.4.1

Binding material to prevent ravelling of WBM shall be a suitable


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

13.4.2

If binding material of suitable Plasticity Index is not available, it shall


be obtained by premixing of available soil with suitable material
approved by the Engineer-in-charge in the proportion, to be predetermined by laboratory tests to achieve the requisite Plasticity
Index. No extra payment shall be made for the quantity of the
material mixed in the available soil for preparing the binding
material. Neither any payment shall be made for the available soil
nor for the operation involved in premixing available soil with any
other material for obtaining binding material of requisite Plasticity
Index.

13.4.3

Quantities of Material:

78

13.4.4

Classification

Grading-1
Grading-2

Grading-3

Quantities of coarse aggregate & screening required to be stacked


for WBM for 10sqm shall be as per Table -4
Table-4
Coarse aggregate
Size Range Compacted
thickness

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

The quantity of binding material required for 75mm compacted


thickness will be 0.09 cum/10sqm where WBM functions as base
course and 0.13cum/10sqm when the WBM is to function as a
wearing course. For 100mm compacted thickness, the quantity of
binding material needed will be 0.10cum /10 sqm and
0.16cum/10sqm respectively.

Measurements & payment:


13.5.1

Coarse aggregate and screenings shall be stacked in convenient


units of one metre top width 2.2m bottom width & 60cm height using
a steel template. Length, breadth & height of stacks shall be
measured correct to a cm. The quantity in cum so arrived shall be
reduced by 7.5% (seven decimal five percent.).

13.5.2

For the item of supply of stone aggregate & screening, intermediate


payment only up to 50% of the agreement rate shall be made on
supplying of the aggregate & screening, etc. including their stacking
as per specifications.

Balance payment for these items of supply shall be released after the materials
supplied are used in the work i.e. in laying of W.B.M.

79

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF WATER-PROOFING WORKS (All
Water - Proofing Items)
The agreement made this.................... day of ................. (Two Thousand _______ only)
.............. between ....................................S/o ...............................................(hereinafter
called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called
the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated ...................... and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part whereby the contractor inter alia undertook to render the
building and structures in the said contract recited completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain water and leak proof, for ten years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will render the
structures completely leak proof and the minimum life of such water proofing treatment shall
be ten years to be reckoned from the date after the expiry of maintenance period prescribed
in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final and binding on Guarantor.
During this period of guarantee, the guarantor shall make good all defects and in case of
any defect being found render the building water proof to the satisfaction of the Engineer-InCharge calling upon him to rectify the defects failing which the work shall be got done by the
Department by some other contractor at the Guarantors cost and risk. The decision of the
Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing or commits breach thereunder, then
the guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and / or cost incurred by the Government, the decision of
the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
....................... and ........................................ by ................................. for and on behalf of
the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :1.

................................................

2.

...........................................

80

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in


the presence of :-

1.

...............................................

2.

..........................................

81

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF


DEFECTS AFTER COMPLETIONIN RESPECT OF SANITARY INSTALLATIONS /
WATER SUPPLY / DRAINAGE WORK.
The agreement made this.................... day of ................. (Two Thousand only)
.............. between ....................................S/o ...............................................(hereinafter
called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called
the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated .................................. and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor inter alia, undertook to
render the work in the said contract recited structurally stable, leak proof and sound
material, workmanship, anodizing, colouring, sealing.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable, leak proof and guaranteed against faulty material and
workmanship, and finishing for two years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any
leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship,
defective galvanizing for two years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be
final.
During this period of guarantee, the guarantor shall make good all defects and in case of
any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for
such rectification within seven days from the date of issue of the notice from the Engineerin-charge calling upon him to rectify the defects failing which the work shall be got done by
the Department by some other contractor at the guarantors cost and risk. The decision of
the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach thereunder, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and or cost incurred by the Government, the decision of
the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
.......................................................and
.................................................
by
........................................... for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

82

1.

....................................................

2.

............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the


presence of :-

1.

...................................................

2.

............................................

83

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OFSTONE WORK/ TILE WORK.
The agreement made this.................... day of ................. (Two Thousand ______ only)
.............. between ....................................S/o ...............................................(hereinafter
called the GUARANTOR of the one part) and the President of India (hereinafter called the
Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated ...................... and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part whereby the contractor inter alia undertook to render the work
in the said contract recited structurally stable workmanship, finishing and use of sound
materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable and guaranteed against faulty workmanship, finishing
and materials.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction
of the Engineer-in-charge calling upon him to rectify the defects failing which the work shall
be got done by the Department by some other contractor at the Guarantors cost and risk.
The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final
and binding.
That if the guarantor fails to make good all the defects, commits breach thereunder, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and or cost incurred by the Government, the decision of
the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
....................... and ........................................ by ................................. for and on behalf of
the President of India on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

84

1.

................................................

2.

...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in


the presence of :-

1.

...............................................

2.

..........................................

85

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF


DEFECTS AFTER COMPLETIONIN RESPECT OF ALUMINIUM DOORS, WINDOWS
VENTILATOR WORK.
The agreement made this.................... day of ................. (Two Thousand
only).................................
between
..................................................
S/o
...............................................(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated .................................. and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor inter alia, undertook to
render the work in the said contract recited structurally stable, workmanship, powder
coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable and guaranteed against faulty material and workmanship,
defective anodizing/ powder coating for five years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable and guaranteed against faulty material and workmanship, defective
anodizing/ powder coating for five years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be
final.
During this period of guarantee, the guarantor shall make good all defects and in case of
any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for
such rectification within seven days from the date of issue of the notice from the Engineerin-charge calling upon him to rectify the defects failing which the work shall be got done by
the Department by some other contractor at the guarantors cost and risk. The decision of
the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and or cost incurred by the Government, the decision of
the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
.......................................................and
.................................................
by
........................................... for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.

86

SIGNED, sealed and delivered by OBLIGATOR in the presence of:-

1.

....................................................

2.

............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY....................... in the


presence of:-

1.

...................................................

87

List of FIELD TESTING EQUIPMENT AND INSTRUMENTS which shall be provided by


the contractor in field laboraties
[A]

Testing Equipment at Field Laboratories


i)

Balances
a) 7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm
b) 500 gm. Capacity, Semi-self indicating type Accuracy 1 gm
c) Pan Balance 5 Kg. Capacity, accuracy 10 gm.

ii)

Sieves: as per IS 460-1962.


a) I.S. Sieves 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm,
40 mm, 25 mm, 20 mm, ------------------.5 mm, 10 mm, 6.3 mm, 4.75 mm
complete with lid and pan.
b) IS Sieves 200 mm internal dia(brass frame) consisting of 2.36 mm, 1.18
mm, 600 microns, 425 microns, 300 microns, 2------------------ microns, 150
microns, 90 microns, 75 microns with lid and pan.

iii) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with
timing switch assembly.
iv) Equipment for slump test Slump Cone, Steel Plate, tamping rod, steel scale,
scoop.
v)

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

vi) Graduated measuring cylinders 200 ml capacity


vii) Enamel trays (for efflorescence test for bricks and other tests)
a. 300 mm X 250 mm X 40 mm
b. Circular plates of 250 mm dia
c. 600 mm X 450 mm X 500 mm
d. 450 mm X 300 mm X 40 mm.
viii) ISI marked 150 X 150 X 150 mm concrete cube moulds as per site requirement.
ix) Graduated cylinder 1000 ml. Capacity.
x)

M.S Cube moulds 15x15x15cm : ------------------ Nos.

88

[B]

Field Testing Instruments


i)

Steel tapes 3 m

ii)

Vernier Calipers

iii)

Micrometer Screw 25 mm gauge

iv)

A good quality plumb bob

v)

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

vi)

Wire gauge (circular type) disc.

vii)

Foot rule

viii)

Long nylon thread

ix)

Rebound hammer for testing concrete

x)

Ultrasonic Pulse velocity meter

xi)

Magnifying glass

xii)

Screw driver 30 cms long

xiii)

Ball pin hammer, 100 gms

xiv)

Plastic bags for taking samples

xv)

Digital Distance meter

xvi)

Levelling machine

xvii)

Theodolite

89

[C]

List of mandatory machinery, tools & plants to be deployed by the contractor


at site:(i)

Total station 1 No.

(ii)

Concrete weighing batching plant of minimum 5 cum / hour capacity. The weigh
batching plant should have computerized print facility.-at least 1(one) number.

(iii)

Bar Bending machine.

(iv)

Bar cutting Machine.

(v)

Bar Straightening Machine.

(vi)

Steel Shuttering for 500 Sqm.

(vii)

Diesel Generator of required capacity.at least 1(one) number.

(viii)

Concrete mixer machine of full bag cement capacity.

(ix)

Steel cubic measuring boxes for coarse and fine aggregate- at least 3 sets of 6
each.

(x)

Needle type vibrator (40 mm.)

(xi)

Water pump set for curing.

(xii)

Vibro compactor.

(xiii)

Beam vibrator.

(xiv)

Slab vibrator.

(xv)

Shutter vibrator.

(xvi)

Mortar mixer.

(xvii) Mini hot mix plant.

90

PROFORMA FOR TESTS CARRIED OUT


NAME OF THE WORK :
AGREEMENT NO. & DATE :

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

Qty. Returned at the end of day's


work

Batch No.

Qty.
Progressi
received ve Total

Date of Issue

Source of receipt with details if any

DIVISION
SUB-DIVISION

Date of Receipt

NAME OF WORK:
AGREEMENT NO.

10

11

Particulars of Issue

Net Qty.
Issued
12

Progressi Daily Balance in


Contractor's Initial
ve Total
Hand
13

14

15

J.E.'s Initial

16

Periodical Check
By AE
17

By EE
18

92

LIST OF PREFERRED MAKES of Materials FOR CIVIL WORKS

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

: Birla White / J. K. White

Reinforcement
Steel

: SAIL, Tata steel (Tiscon), RINL

Veneered Particle : Novapan, Kitply, Anchor, National, Archidply


Board

Laminated
Particle Board

Flush
shutters

Water
Proofing : Fosroc, Cico, Pidilite., Sika
Compound

M.S. Pipe

PVC
Pipe
Fittings

Acrylic Distemper

: Nerolac, Berger Asian Paints

10

Dry Distemper

: Berger, JENSON & NICHOLSON (J&N).

11

Synthetic Enamel : ICI, Nerolac, Berger, Asian Paints


Paint

12

Steel Primer

: ICI, Nerolac, Berger, Asian Paints

13

Wood Primer

: ICI, Nerolac, Berger, Asian Paints

14

Mosaic tiles

: NITCO, Modern, NTC

15

Ceramic
Tiles

: Novapan, Kitply, National, Archidply

door : Kutty Flushdoor, Kitply Industries (Swastik), Samrat


Laminate Pvt. Ltd.(Samrat) CNC Commercial
Ltd.(Shivalik), SR Jindal Ply Wood Industries (Prima)
Archidply.

: Tata, Jindal (Hisar), Parkash Steel Tubes, Bhushan


Industries
& : Supreme, AKG, Finolex, Prince, Kisan, SFMC, Diplast.

glazed : Kajaria, NITCO, Somany, Orient, Asian

93
16

Dash / Anchoring : HILTI, Fischer


Fasteners

17

Nuts / Bolts & Screws

18

Stainless Steel Sink : AMC, DIAMOND, BLUE STAR


(Out of Salem

19

Float Valve

: Prayag,IVC, Leader, Kalsi Pump Pvt. Ltd., Dhawan Sanitary


Udyog (Prima)

20

Admixtures

: Fosroc, MBT, Sika, CICO, BASF

21

Vitreous
China : Parryware, Hindustan Sanitaryware, Neycer, Cera.
Sanitary Ware

22

Plastic seat cover of : Commander, Diplomat, Hindware, Admiral


W.C.

23

PVC Flushing cistern

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

C.I. Sluice Valves & : ANNAPURNA or equivalent approved


Reflex Valves

29

G.I. Pipes

: B.S.T., Jindal (Hissar), Tata Steel Tubes Ltd., Prakash Surya

30

G.I. Fittings

: Unik, KS, AMCO, AVR, NVR, RR

31

Gun metal
globes

Valves, : Leader, Zoloto, Kilburn, CIM, Valves, Sant ANNAPURANA,

32

Brass
Cock

&

33

Stoneware pipes & : Prefect, Hind or ISI marked S.W. Pipes.


Gully traps

34

Mirror Glass

35

Glazed Fire
Kitchen Sink

stop

: GKW, Atul

: Commander, Coral, Hindware, Hindustan, Speed FLO

: Kingston, Parko, Gem, JAL, Seiko, ESS. JAQUAR.

Bib : Zoloto, Sant, L&K, Leader, JAINKO, Kalsi Pump Pvt. Ltd.,
Dhawan Sanitary (PRIMA)

: Atul, Modi Guard, Golden Fish


Clay : PADMINI, SANFIRE, RKCP.

94

36

Vitrified Tiles

: NAVEEN, NITCO, JOHNSON,


CITYTILES, VARMORA

37

Water Meter

: PRIMA(ISI), Kranti, DASHMESH or BIS Marked Product.

38

Grouting
Compound

: Endura, Pidilite

39

Aluminium
Sections

: Hindalco, Jindal, Indian Aluminium Co. or approved


equivalent.

40

Glass
Tiles

41

Paver Blocks & : NITCO, Unitile, N.T.C.


curve stones

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

Ferrules 15mm, : Dhawan Sanitary Udyog (PRIMA). or BIS approved


20mm & 25mm
products.

ASIAN,

MARBITO,

Mosaic : Italia, Opio

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

Earth work in rough excavation, banking excavated earth in layers not


exceeding 20 cm in depth, breaking clods, watering, rolling each layer with
tonne roller or wooden or steel rammers, and rolling every 3rd and top-most
layer with power roller of minimum 8 tonnes and dressing up in
embankments for roads, flood banks, marginal banks and guide banks or
filling up ground depressions, lead upto 50 m and lift upto 1.5 m :

1.1.1

All kinds of soil

1.2

Earth work in excavation by mechanical means (Hydraulic excavator) /


manual means over areas (exceeding 30cm in depth. 1.5 m in width as well as
10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift
upto 1.5m, disposed earth to be levelled and neatly dressed.

1.2.1

All kinds of soil

1.3

Earth work in excavation by mechanical means (Hydraulic excavator) /


manual means in foundation trenches or drains (not exceeding 1.5 m in width
or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated soil and disposal of surplus
excavated soil as directed, within a lead of 50 m.

1.3.1

All kinds of soil.

1.4

Filling available excavated earth (excluding rock) in trenches, plinth, sides of


foundations etc. in layers not exceeding 20cm in depth, consolidating each
deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5
m.
Supplying and filling in plinth with Jamuna sand under floors, including
watering, ramming, consolidating and dressing complete.

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

Providing and laying in position cement concrete of specified grade excluding


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

2.1.1

1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal


size)

453

cum

5466.30

2476234.00

2.1.2

1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal


size)

90

cum

4834.30

435087.00

2.1.3

1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal


size)

2745

cum

4004.00

10990980.00

2.2

Making plinth protection 50 mm thick of cement concrete 1:3:6 (1 cement : 3


coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75mm
thick bed of dry brick ballast 40 mm nominal size, well rammed and
consolidated and grouted with fine sand, including finishing the top smooth.
6972

sqm

419.30

2923360.00

Sub-Total
3

REINFORCED CEMENT CONCRETE

16825661.00

96
3.1

Centering and shuttering including strutting, propping etc. and removal of


form for:

3.1.1

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

3.1.2

Walls (any thickness) including attached pilasters, butteresses, plinth and


string courses etc.

3.1.3

Suspended floors, roofs, landings, balconies and access platform

3.1.4

Shelves (Cast in situ)

3.1.5

Lintels, beams, plinth beams, girders, bressumers and cantilevers

3.1.6

Columns, Pillars, Piers, Abutments, Posts and Struts

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

Weather shade, Chajjas, corbels etc., including edges

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

Steel reinforcement for R.C.C. work including straightening, cutting, bending,


placing in position and binding all complete upto plinth level.

3.3.1

Thermo-Mechanically Treated bars

3.4

Steel reinforcement for R.C.C. work including straightening, cutting, bending,


placing in position and binding all complete above plinth level.

3.4.1

Thermo-Mechanically Treated bars

3.5

Providing and laying in position machine batched and machine mixed design
mix M-25 grade cement concrete for reinforced cement concrete work, using
cement content as per approved design mix, including pumping of concrete
to site of laying but excluding the cost of centering, shuttering, finishing and
reinforcement, including admixtures in recommended proportions as per IS:
9103 to accelerate, retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer-in-charge.
(Note :- Cement content considered in this item is @ 330 kg/cum.
Excess/ less cement used as per design mix is payable/recoverable
separately).

3.5.1

All works upto plinth level

3.5.2

All works above plinth level upto floor V level

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

Cement mortar 1:4 (1 cement : 4 coarse sand)

4.1.2

Cement mortar 1:6 (1 cement : 6 coarse sand)

4.2

Brick work with common burnt clay F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above plinth level up to floor V level in all
shapes and sizes in :

4.2.1

Cement mortar 1:6 (1 cement : 6 coarse sand)

4.3

Half brick masonry with common burnt clay F.P.S. (non modular) bricks of
class designation 7.5 in foundations and plinth in :

4.3.1

cement mortar 1:4 (1 cement : 4 coarse sand)

4.4

Half brick masonry with common burnt clay F.P.S. (non modular) bricks of
class designation 7.5 in superstructure above plinth level up to floor V level.

4.4.1

Cement mortar 1:4 (1 cement :4 coarse sand)

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

Granite of any colour and shade

5.1.1.1

Area of slab over 0.50 sqm

5.2

Providing edge moulding to 18 mm thick marble stone counters, Vanities etc.,


including machine polishing to edge to give high gloss finish etc. complete as
per design approved by Engineer-in-Charge.

5.2.1

Granite work

5.3

Stone tile (polished) work for wall lining over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and cement slurry @ 3.3 kg/sqm
including pointing in white cement complete.

5.3.1

8mm thick

5.3.1.1

Granite of any colour and shade

5.4

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

5.4.1

Granite Stone of approved shade

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

WOOD AND P.V.C. WORK

6.1

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

6.1.1

35 mm thick including ISI marked Stainless Steel butt hinges with necessary
screws

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

Fixed to steel windows by welding

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

200 mm weighing not less than 120 gms

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

Twin rubber stopper

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

Non decorative finish

6.18.2

Decorative finish (both side wood grained finish)

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

With ISI marked stainless steel butt hinges of required size

6.20.1.1.1

Kiln seasoned and chemically treated hollock wood

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

Structural steel work riveted, bolted or welded in built up sections, trusses


and framed work, including cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer all complete.

7.2

Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm
angle iron and 3 mm M.S. gusset plates at the junctions and corners, all
necessary fittings complete, including applying a priming coat of approved
steel primer.

7.2.1

Using M.S. angels 40x40x6 mm for diagonal braces

7.3

Supplying and fixing rolling shutters of approved make, made of required size
M.S. laths, interlocked together through their entire length and jointed
together at the end by end locks, mounted on specially designed pipe shaft
with brackets, side guides and arrangements for inside and outside locking
with push and pull operation complete, including the cost of providing and
fixing necessary 27.5 cm long wire springs manufactured from high tensile
steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top
cover of required thickness for rolling shutters.

7.3.1

80x1.25 mm M.S. laths with 1.25 mm thick top cover

7.4

Providing and fixing ball bearing for rolling shutters.

7.5

Extra for providing mechanical device chain and crank operation for
operating rolling shutters.

7.5.1

Exceeding 10.00 sqm and upto 16.80 sqm in the area

7.6

Providing and fixing factory made ISI marked steel glazed doors, windows and
ventilators, side /top /centre hung, with beading and all members such as
F7D, F4B, K11 B and K12 B etc. complete of standard rolled steel sections,
joints mitred and flash butt welded and sash bars tenoned and riveted,
including providing and fixing of hinges, pivots, including priming coat of
approved steel primer, but excluding the cost of other fittings, complete all
as per approved design, (sectional weight of only steel members shall be
measured for payment).

7.6.1

Fixing with 15x3 mm lugs 10 cm long embedded in cement concrete block


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

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

Fixing with 15x3 mm lugs 10 cm long embedded in cement concrete block


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

7.8

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

Fixing with 15x3 mm lugs 10 cm long embedded in cement concrete block


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

7.10

Steel work welded in built up sections/ framed work, including cutting,


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

7.10.1

3861

kg

83.70

323166.00

342

metre

400.95

137125.00

1083

metre

424.20

459409.00

8946

kg

139.10

1244389.00

In stringers, treads, landings etc. of stair cases, including use of chequered


plate wherever required, all complete

9000

kg

75.30

677700.00

7.10.2

In gratings, frames, guard bar, ladder, railings, brackets, gates and similar
works

9180

kg

90.10

827118.00

7.11

Providing and fixing hand rail of approved size by welding etc. to steel ladder
railing, balcony railing, staircase railing and similar works, including applying
priming coat of approved steel primer.

7.11.1

M.S. tube

2043

kg

104.70

213902.00

7.12

Providing and fixing carbon steel galvanised ( minimum coating 5 micron)


dash fastener of 10 mm dia double threaded 6.8 grade (yield strength 480
N/mm2), counter sunk head, comprising of 10 m dia polyamide PA 6 grade
sleeve, including drilling of hole in frame , concrete/ masonry, etc. as per
direction of Engineer-in-charge.

7.12.1

10 x 80 mm

900

each

70.75

63675.00

7.13

Providing & fixing fly proof wire gauze to windows, clerestory windows &
doors with M.S. Flat 15x3 mm and nuts & bolts complete.

7.13.1

Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm
aperture on both sides

447

sqm

1277.60

571087.00

7.14

Providing & fixing glass panes with putty and glazing clips in steel doors,
windows, clerestory windows, all complete with :

7.14.1

4.0 mm thick glass panes

600

sqm

764.45

458670.00

101
7.15

Providing and fixing factory fabricated steel almirah type shutters to


cupboards with or without vision panel, single or double leaf (partly
glazed/flush CRC sheet type) as per approved sample with all round frame
made of CRC sheet moulded by machine press with following specifications:(i) Door frame using 1.219mm (18 gauge) CRC sheet moulded to required
profile. The frame should be fixed to the wall with dash fastners of suitable
size at site.(ii) Openable flush shutter single or double leaf/openable glazed
shutter, ribbed/moulded at edges to required profile all round made of CRC
sheet 1.219mm thick fixed with the frame with required MS hinges with
suitable CRC SHEET supporting brackets rivited/welded with the frame and
shutter with CRC sheet 1.219mm thick vertical boxing riveted or welded of
approved profile to back face to strengthen the shutter.(iii) Providing and
fixing glazing in fully/partly glazed shutter with PVC gasket with beading
welded/screwed of required size and shape with glass panes of 4.00mm
thickness(weight not less than 10.00 kg/sqm.)(iv) Grinding the joints and
surface wherever required and applying steel primer putty i/c. sand papering
so as to give truly smooth surface for spray painting .The internal and
external metal surface of the door and fittings except glass shall be spray
painted with synthetic enamel paint of approved brand and manufacture of
required shade etc. complete as per the direction of the engineer in charge.
(Overall elevation area of the shutter with frame will be measured for
payment).
285

SQM

4374.00

Sub-Total
8

FLOORING

8.1

52 mm thick cement concrete flooring with concrete hardener topping,


under layer 40 mm thick cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size) and top layer 12 mm thick
cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded
stone aggregate 6 mm nominal size) by volume, hardening compound mixed
@ 2 litre per 50 kg of cement or as per manufacturer's specifications. This
includes cost of cement slurry, but excluding the cost of nosing of steps etc.
complete.

8.2

Cement plaster skirting up to 30 cm height, with cement mortar 1:3 (1


cement : 3 coarse sand), finished with a floating coat of neat cement.

8.2.1

18 mm thick

8.3

Providing and fixing glass strips in joints of terrazo/ cement concrete floors.

8.3.1

40 mm wide and 4 mm thick

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

Providing and laying vitrified floor tiles in different sizes (thickness to be


specified by the manufacturer) with water absorption less than 0.08% and
conforming to IS: 15622, of approved make, in all colours and shades, laid on
20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting
the joints with white cement and matching pigments etc., complete.

8.8.1

Size of Tile 600x600 mm

8.9

Providing and laying Vitrified tiles in different sizes (thickness to be specified


by manufacturer), with water absorption less than 0.08 % and conforming to
I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps,
over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand),
including grouting the joint with white cement & matching pigments etc.
complete.

8.9.1

Size of Tile 600x600 mm

963

sqm

950.05

914898.00

1953

sqm

1405.95

2745820.00

288

sqm

1415.40

Sub-Total
9

ROOFING

9.1

Making khurras 45x45 cm with average minimum thickness of 5 cm cement


concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20
mm nominal size) over P.V.C. sheet 1 m x1 m x 400 micron, finished with 12
mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement,
rounding the edges and making and finishing the outlet complete.
Providing and fixing on wall face unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A, including jointing with seal ring conforming
to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed
pipes.

9.2

9.2.1

110 mm diameter

9.3

Providing and fixing on wall face unplasticised - PVC moulded fittings/


accessories for unplasticised Rigid PVC rain water pipes conforming to IS :
13592 Type A, including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.

9.3.1

Bend 87.5

9.3.1.1

110 mm bend

9.3.2

Shoe (Plain)

9.3.2.1

110 mm Shoe

9.4

Providing and fixing unplasticised -PVC pipe clips of approved design to


unplasticised - PVC rain water pipes by means of 50x50x50 mm hard wood
plugs, screwed with M.S. screws of required length, including cutting brick
work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making
good the wall etc. complete.

9.4.1

110 mm

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

12 mm cement plaster of mix :

10.1.1

1:4 (1 cement: 4 coarse sand)

10.1.2

1:6 (1 cement: 6 coarse sand)

10.2

15 mm cement plaster on rough side of single or half brick wall of mix:

10.2.1

1:6 (1 cement: 6 coarse sand)

10.3

12 mm cement plaster finished with a floating coat of neat cement of mix :

10.3.1

1:4 (1 cement: 4 fine sand)

10.4

6 mm cement plaster of mix :

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

1:3 (1 cement : 3 fine sand)

10.5

Neat cement punning.

10.6

White washing with lime to give an even shade :

10.6.1

New work (three or more coats)

10.7

Distempering with oil bound washable distemper of approved brand and


manufacture to give an even shade :

10.7.1

New work (two or more coats) over and including water thinnable priming
coat with cement primer

10.8

Finishing walls with Acrylic Smooth exterior paint of required shade :

10.8.1

New work (Two or more coat applied @ 1.67 ltr/10 sqm over and including
priming coat of exterior primer applied @ 2.20 kg/10 sqm)

10.9

Applying priming coat:

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

Painting with synthetic enamel paint of approved brand and manufacture to


give an even shade :

10.10.1

Two or more coats on new work

11142

sqm

74.40

828965.00

10.11

French spirit polishing :

10.11.1

Two or more coats on new works including a coat of wood filler

1062

sqm

193.95

205975.00

10.12

Providing and applying white cement based putty of average thickness 1 mm,
of approved brand and manufacturer, over the plastered wall surface to
prepare the surface even and smooth complete.

24204

sqm

89.65

2169889.00

Sub-Total
11

ROAD WORK

11.1

Preparation and consolidation of sub grade with power road roller of 8 to 12


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

11.2
11.2.1

90 mm to 45 mm size stone aggregate

11.2.2

53 mm to 22.4 mm size stone aggregate

11.2.3

Stone screening 13.2 mm nominal size (Type A)

11.2.4

Stone screening 11.2 mm nominal size (Type B)

11.3

Laying, spreading and compacting stone aggregate of specified sizes to WBM


specifications in uniform thickness, hand picking, rolling with 3 wheeled road
/ vibratory roller 8-10 tonne capacity in stages to proper grade and camber,
applying and brooming requisite type of screening / binding material to fill up
interstices of coarse aggregate, watering and compacting to the required
density .

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

Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate


40 mm nominal size) in pavements, laid to required slope and camber in
panels as required including consolidation finishing and tamping complete.

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

Construction of granular sub-base by providing close graded Material


conforming to specifications, mixing in a mechanical mix plant at OMC,
carriage of mixed material by tippers to work site, for all leads & lifts,
spreading in uniform layers of specified thickness with motor grader on
prepared surface and compacting with vibratory power roller to achieve the
desired density, complete as per specifications and directions of Engineer-inCharge.

11.11.1

With material conforming to Grade-II (size range 53 mm to 0.075 mm )


having CBR Value-25

11.12

Dismantling and disposal of existing Phase-II fencing consisting of MS angle


post/struts of sizes, spike plates, tightening bolts, turn buckles, nuts and
bolts, barbed wire, punched tape concertina coil, MS gates and posts etc. on
as is where is basis and giving credit to the department for salvage value of
the dismantled materials. The dismantling , stacking and disposal of Phase-II
fencing shall be done in accordance with the condition of the tender
documents and as per direction of Engineer-in-Charge.

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

Kitchen sink without drain board

12.6.1.1

610x460 mm bowl depth 200 mm

18

each

3989.20

71806.00

12.7

Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C.
waste fittings complete.

12.7.1

Semi rigid pipe

12.7.1.1

32 mm dia

90

each

76.75

6908.00

12.8

Providing and fixing 600x450 mm beveled edge mirror of superior glass (of
approved quality) complete with 6 mm thick hard board ground fixed to
wooden cleats with C.P. brass screws and washers complete.

141

each

793.95

111947.00

12.9

Providing and fixing 600x120x5 mm glass shelf with edges round off,
supported on anodised aluminium angle frame with C.P. brass brackets and
guard rail complete fixed with 40 mm long screws, rawl plugs etc., complete.

99

each

543.80

53836.00

12.10

Providing and fixing toilet paper holder :

12.10.1

C.P. brass

81

each

415.90

33688.00

12.11

Providing and fixing soil, waste and vent pipes :

12.11.1

100 mm dia

12.11.1.1

Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989

855

metre

917.75

784676.00

12.12

Providing and fixing bend of required degree with access door, insertion
rubber washer 3 mm thick, bolts and nuts complete.

12.12.1

100 mm dia

12.12.1.1

Sand cast iron S&S as per IS - 3989

306

each

385.70

118024.00

12.13

Providing and fixing plain bend of required degree.

12.13.1

100 mm dia

12.13.1.1

Sand cast iron S&S as per IS : 3989

306

each

335.75

102740.00

12.14

Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron
pipes and fittings of diameter :

12.14.1

100 mm

1656

each

243.75

403650.00

12.15

Providing and fixing trap of self cleansing design with screwed down or
hinged grating with or without vent arm complete, including cost of cutting
and making good the walls and floors :

12.15.1

100 mm inlet and 100 mm outlet

12.15.1.1

Sand cast iron S&S as per IS: 3989

210

each

982.55

206336.00

12.16

Providing and fixing PTMT liquid soap container 109 mm wide, 125 mm high
and 112 mm distance from wall of standard shape with bracket of the same
materials with snap fittings of approved quality and colour, weighing not less
than 105 gms.

96

each

228.85

21970.00

12.17

Providing and fixing PTMT towel rail complete with brackets fixed to wooden
cleats with CP brass screws with concealed fittings arrangement of approved
quality and colour.

12.17.1

600 mm long towel rail with total length of 645 mm, width 78 mm and
effective height of 88 mm, weighing not less than 190 gms.

96

each

541.50

51984.00

12.18

Providing and fixing PTMT shelf 440 mm long, 124 mm width and 36 mm
height of approved quality and colour, weighing not less than 300 gms.

33

each

567.05

18713.00

Sub-Total
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

15 mm dia nominal bore

13.2.2

20 mm dia nominal bore

13.3

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

13.3.1

40 mm dia nominal bore

13.3.2

50 mm dia nominal bore

13.3.3

80 mm dia nominal bore

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

Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet :

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

100 mm diameter pipe

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

15mm nominal bore

13.15

Providing and laying D.I. Specials of Class K - 12 suitable for mechanical


jointing as per IS : 9523 :

13.15.1

Up to 600 mm dia

13.16

Providing and laying Double Flanged (Screwed/ Welded) Centrifugally (Spun)


Ductile Iron Pipes of Class K - 9 conforming to IS : 8329 :

13.16.1

100 mm dia Ductile Iron Double Flanged

13.17

Providing, supplying, fitting, fixing & Commissioning pressure type iron


removal plant of capacity 2000 GPH consisting of 1 no FRP pressure vessel
with frontal pipe line 40 mm nominal bore dia with 1 no. 40 mm nominal
bore multiport valve, presure gauge, sampling cocks provided with internal
distribution and collection system with graded gravels and catalytic fittering
media etc. with design fabrication and supply of FRP vessel of size 1828mm
height & 915mm dia. The unit will be vertical cylinder of FRP. The capacity at
normal flow will be 2000 GPH & maximum working pressure will be 5.0
kg/cm2 and hydraulic working pressure will be 4.0 kg/cm2 and hydraulic test
pressure will be 6.0 kg/cm2. The plant will be suported over R.S. joints of
approved design 7 section i/c. base concrete & foundation etc. all complete
as per direction of the Engineer-in-Charge.

13.18

Providing fabricating and supply of oxidation chamber vertical type cylindrical


pressure vessel made of FRP, 610 dia and 1828 mm height with provision of
inlet/outlet pipe connection with 1 no. 40 mm nominal bore multiport valve
with internal distribution & collection system. The vessels should be fitted
FRP legs capacity to take requisite load and vibration i/c. fitting and fixing
properly in concrete foundation. The Mn02 of 20mm to 12mm size, will be
the filter media oxidizing the water to convert the Fe iron parameters to
ferric of the raw water,all fabrication complete as per direction of the
Engineer-in-Charge.

13.19

Providing & installation of 1 no. chlorination pump of 6(six) LPH capacity of


"E-dose" brand or its equivalent alongwith dosing tank make or pvc &
revelant electrical accessories as per direction of the Engineer-in-Charge.

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

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10


graded stone aggregate 40 mm nominal size) all-round S.W. pipes including
bed concrete as per standard design :

14.2.1

150 mm diameter S.W. pipe

14.3

Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with
collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1
cement : 2 fine sand) including testing of joints etc. complete :

14.3.1

300 mm dia. R.C.C. pipe

14.4

Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4


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

14.4.1

Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light
duty) 455x610 mm internal dimensions, total weight of cover and frame to
be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) :

14.4.1.1

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

14.5

Extra for depth for manholes :

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

Providing orange colour safety foot rest of minimum 6 mm thick plastic


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

14.7

Providing and fixing in position pre-cast R.C.C. manhole cover and frame of
required shape and approved quality

14.7.1

L D- 2.5

14.7.1.1

Rectangular shape 600x450 mm internal dimensions

14.8

Constructing brick masonry road gully chamber 50x45x60 cm with bricks in


cement mortar 1:4 (1 cement : 4 coarse sand) including 500x450 mm pre-cast
R.C.C. horizontal grating with frame complete as per standard design :

14.8.1

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

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

Providing and laying integral cement based water proofing treatment


including preparation of surface as required for treatment of roofs, balconies,
terraces
etc
consisting
of
following
operations:
a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement
admixed with water proofing compound conforming to IS. 2645 and
approved by Engineer-in-charge over the RCC slab including adjoining walls
upto 300 mm height including cleaning the surface before treatment.
b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115
mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed
with water proofing compound conforming to IS : 2645 and approved by
Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1
cement :5 coarse sand ) admixed with water proofing compound conforming
to IS : 2645 and approved by Engineer-in-charge to required slope and
treating similarly the adjoining walls upto 300 mm height including rounding
of
junctions
of
walls
and
slabs.
c) After two days of proper curing applying a second coat of cement slurry
using 2.75 kg/ sqm of cement admixed with water proofing compound
conforming to IS : 2645 and approved by Engineer-in-charge.
d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4
(1 cement :4 coarse sand) admixed with water proofing compound
conforming to IS : 2645 and approved by Engineer-in-charge including laying
glass fibre cloth of approved quality in top layer of plaster and finally finishing
the surface with trowel with neat cement slurry and making pattern of
300x300
mm
square
3
mm
deep.
e) The whole terrace so finished shall be flooded with water for a minimum
period
of
two
weeks
for
curing
and
for
final
test.
All above operations to be done in order and as directed and specified by the
Engineer-in-Charge :
With average thickness of 120 mm and minimum thickness at khurra as 65
mm.

15.1.1

Sub-Total
16

RAIN WATER HARVESTING & TUBEWELLS

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

All types of soil

16.1.1.1

300 mm dia

16.2

Gravel packing in tubewell construction in accordance with IS: 4097,


including providing gravel fine/ medium/ coarse, in required grading & sizes
as per actual requirement, all complete as per direction of Engineer-incharge.

16.3

Supplying, assembling, lowering and fixing in vertical position in bore well,


ERW (Electric Resistance Welded) FE 410 mild steel screwed and socketed/
plain ended casing pipes of required dia, conforming to IS: 4270, of reputed &
approved make, including painted with outside surface with two coats of
anticorrosive paint of approved brand and manufacture, including required
hire & labour charges, fittings & accessories, all complete, for all depths, as
per direction of Engineer-in-charge.

16.3.1

100 mm nominal size dia having minimum wall thickness 5.00 mm

16.3.2

150 mm nominal size dia having minimum wall thickness 5.00 mm

16.4

Supplying, assembling, lowering and fixing in vertical position in bore well,


ERW (Electric Resistance Welded) FE 410 plain slotted (having slot of size
1.6/3.2 mm) mild steel threaded and socketed/ plain bevel ended pipe (type
A) of required dia, conforming to IS: 8110, of reputed and approved make,
having wall thickness not less than 5.40 mm, including painted with outside
surface with two coats of anticorrosive bitumestic paint of approved brand
and manufacture, including hire & labour charges, fittings & accessories, all
complete, for all depths, as per direction of Engineer -in-charge.

16.4.1

100 mm nominal size dia

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

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

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

As
mentioned
document

in

bid

General Condition of Contract


for CPWD Works2014 as
amended/modified up to the
OM No. DG/SE/CM/CON/287
dated 24-08-15.

SCHEDULE E
Reference to General Conditions of
contract

112

Name of work: -

Construction of 509 Border Out Post (BOPs) for Border Security


Force (BSF) along the Indo-Bangladesh Border (IBB) and the
Indo-Pakistan Border (IPB), SH: Constriction of 129 Border
Out post West Bengal Sector (26 Nos. BOP). SW: Constriction
of 9 Nos. BOP at (1) Kusumtala (2) Hariharpur (3) Digisal (4)
Kakot (5) Purangaon (6) Bmoor (7) Mannagar (8) Pariyal & (9)
Pharasdngi i/c Internal Electrical Installation i/c Compound
Light & service connection to Building.

Estimated cost of work

Civil work: Rs. 502311495/-

Electrical work: Rs. 23838205/Total: 526149700/(iv)

Earnest Money

(v)

Performance Guarantee :

5% of tendered value

(vi)

Security Deposit

2.5% of tendered value

Rs. 6261497/-(To be returned after receiving


Performance Guaranty).

SCHEDULE F
General Rules & Directions:
:

Officer inviting tender

Maximum percentage for quantity of :


items of work to be executed beyond
which rates are to be determined in
accordance with clauses 12.2 & 12.3
Definitions:
2 (v) Engineer-in-Charge

See below clause 12

:
For Civil

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

For Electrical

2(viii) Accepting Authority

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

2(x)Percentage on cost of materials and labour to


cover all overheads and profits. :

15%(fifteen percent)

2(xi) Standard schedule of Rates

DSR- 2014 with up to date


correction slips.

2(xii) Department

CPWD

9(ii) Standard CPWD contract Form

General Condition of Contract for


CPWD
Works2014
as
amended/modified up to the OM
No. DG/SE/CM/CON/287 dated
24-08-15.

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)

Maximum allowable extension with late fee @0.1% 07


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

days.

days.

Clause 2
Authority for fixing compensation under
Clause 2

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

1% of the tendered value of


work

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

1% of the tendered value of


work

4.

Completion of slab/roof
including related electrical
works .

10 Months

1% of the tendered value of


work

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

12 Months

Sl
No.

Time allowed for execution of work

1% of the tendered value of


work

1% of the tendered value of


work

12 (twelve) months

Authority to decide:
(i)

(ii)

Extension of time (Engineer-in-Charge


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

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


in handing over of site

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 applicable (6 or 6A)


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

Clause 6A

Rs. 4.15 Crore


(For Civil work)
Rs.19.80 Lakh
(For Electrical work)

Clause 7A :
Whether applicable

Yes

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

As required to conduct the test in


the
field
lab
as
per
specifications/tender documents.

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

....... No..

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

....... 25% ..

Clause 10 CA:

Sl
No
.

1.
2.

Materials covered under


this clause

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 and its corresponding


period of all the materials covered
under clause -10CA

Base Price
(per MT)

Corresponding
period

Rs. 6500/-

August-2015

Rs. 44000/-

August -2015

Nil

116

Clause 10 CC:

Not Applicable

Clause 11: Specifications to


be followed for execution of work

For Civil Work


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

Clause-12
12.2, 12.3

12.5

Deviation limit beyond which


clause 12.2 & 12.3 shall apply
for building work
(i) Deviation limit beyond which
clause 12.2 & 12.3 shall apply
for Foundation work
(except earth work)
(iv) Deviation Limit for items in earth
work subhead of DSR
or related items

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

As per contract provisions

Clause 25 :
Constitution of Dispute
Committee (DRC)

Redressal

For disputes above Rs. 25 lakh:


(i) Chief Engineer, IBBZ-II: Chairman.
(ii) SE(TLC & Admn), O/o ADG(B) :
Member.
(iii) SE(P&A), IBBZ-II : Member
For disputes upto Rs. 25 lakh:
(i) SE(TLC & Admn), O/o ADG(B)
Chairman.
(ii) EE(P), IBBZ-II : Member
(iii) EE(P), IBBZ-I : Member

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

Rs. 60,000/(Per month)

Rupees Sixty
thousand only
(Per month)

Rs. 40,000/(Per month


per person)

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

Rs. 25,000/(Per month


per person)

Rupees Twenty
five thousand
only
(Per month per
person)

Rs. 25,000/(Per month


per person)

Rupees Twenty
five thousand
only
(Per month per
person)

Rs. 15,000/(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

(b) Bitumen for all works

2.5% plus only & nil on


minus side

(c) Steel reinforcement and structural steel


sections for each diameter, section and
category
(d) GI Barbed wire

2% plus/minus

2% plus/minus

(e) P. T. Concertina Coil

Nil

(f)

Nil

i)

Schedule /Statement for determining


theoretical quantity of cement &
bitumen on the basis of

ii)

Variations permissible on theoretical


quantities.
(a) Cement
For works with estimated cost put to
tender more than Rs. 5 lakh

All other materials

119

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No.

1.
2.

Description of item

Unit

Rates in figures and words at which


recovery shall be made from the
Contractor
Excess beyond
the Permissible
variation

Less use beyond


the permissible
variation

Cement 43 Grade
(ii) OPC

M.T.

NIL

Not Permitted

TMT Reinforcement bars

M.T.

NIL

Not Permitted

120

TERMS & CONDITIONS FOR ELECTRICAL WORK


1 General
1.1
The work shall be carried out as per CPWD general specifications for Electrical
works
(Part- I) Internal 2013, (Part-II) External 1995, other relevant CPWD
specifications amended up to date, with any modification indicated hereunder and in
the schedule of quantities.
1.2

Samples of all electrical items i/c switches, sockets, fixtures & fittings etc should be
got approved before installation. One sample BOP or rooms, as desired by 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

No deviation in specifications mentioned shall be allowed.

1.7

On completion of the work, detailed drawings showing the details of equipment and
wiring /cabling as installed shall be submitted in triplicate.

2 Inspection & Approval of Drawings of LT Panel:


2.1

Drawings of the Main Control Panel etc. shall be submitted as per Table of
Milestone, through a technically competent and authorized person.

2.2

Drawings shall be examined by the department and communication of approval of


drawings shall be sent and will be handed over to the site representative.

2.3

The material shall be offered for inspection as per Table of Mile Stone.

2.4

All items to be manufactured as per approved drawings, inspections and


observations. Non compliance shall lead to summarily rejection of such item and
action shall be taken under relevant terms and condition of the agreement.

2.5

Successful tenderer will get the inspection of the equipments done before dispatch at
his or his associated works. Tenderer shall furnish all necessary information for the
purpose and will also give sufficient notice regarding the dates proposed for routine
and all such tests to the department to facilitate their presence.

121

2.6

Inspection of the items of supply shall be done by the Engineer in charge or


authorized representative before they are dispatched to site of work. Copies of
inspection certificates issued by CPWD officers shall be attached with dispatch
documents to consignee. All arrangements for inspection of the materials at factory
shall be made by the tenderer and nothing extra shall be paid for the inspecting
officer at the time of inspection. However the cost of to and fro fare of the inspection
team shall be borne by the department.

2.7

Contractor shall arrange, before dispatch of the LT panels / feeder pillars, an


inspection and certification from the authorised engineer of the manufacturer of the
SDFUs about the genuineness and the same shall be submitted to the engineer-incharge along with inspection/test report prepared by the inspecting officer authorised
by the engineer-in-charge.

122

LIST OF PREFERED MAKES OF MATERIALS / MANUFACTURERS

Sl
No.

Description of Item

Preferred Makes

Piano type switch socket

Anchor, CPL, MK,

SDFUs with HRC fuse for Main LT


Panel

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

FR PVC wires

ISI Marked:- Finolex /R.R. Kable/ Havells.

Ammeter, Voltmeter

AE /L&T/Rishabh

Selector switch

Kayee / BCH / Sulzer (L&T)/AE/Rishabh.

Indicating lamps

VAISHNO/BCH / L & T / ESSEN

CTs

AE / Meco / HPL / Kappa

10

MCB/MCCB/MCBDB

L & T/ Siemens / GE/ABB/Legrand

11

Steel Conduit Pipe

AKG/BEC - ISI marked

12

PVC Conduit Pipe

ISI Marked

14

Synthetic Enameled Paints

Duco, Shalimar, Berger, Asian, ICI, Johnson &


Nicholson

15

Aluminum Conductor XLPE UG


Cable Armored Cables

Finolex Cables Ltd./ Universal Cables Ltd./


Havells/Polycab/RR Kabel

16

Panel / Manufacturers (CPRI Approved with valid type test certificate)

17

Modular type Switch Socket

18.

Celling Fan (ISI Marked)/ Five Star

Arteor of Legrand/Schneider/Delta Vega of


Seimens/Crabtree
Usha, Havells ,Orient

19.

Exhaust Fan./Wall Bracket Fan.

EPC, Usha, Havells,

20.

G.I. Pipe.

21.

Foot / Step Light

22

14 watt LED Down Lighter

23

1x4 x 28 watt T-5 Fl. Fitting

24

LED type Bulk Head Fittings

25

Post Top Lantern Fitting


Flame proof Tubular 1x28 watt Fl.
Luminary
LED Mirror Light

TATA, Jindal Hissar, Bansal


Cat.No.-673136 of Legrand make or equivalent model
of Thorn Phillips,GE Make
Philips, GE, Thorn make
Cat No:- TMS 122M 1x TL5-28W, EBT of Phillips
Make and equivalent model of, Thorn, GE make
WT202W LED6S CW PSU SI PC model of Phillips or
equivalent model of Thorn, Legrand, GE,Philips make
Thorn, GE ,Philips make
Cat No. BJFF TL 128 T-5 of Bajaj or equivalent model
of Thorn, GE, Havell's , Phillips make
Thorn, GE ,Philips make

26
27

123
28

Fancy Wall Bracket Fitting

Thorn, GE ,Philips make

29

LED Bollard Light

Thorn, GE ,Philips make

30

Fresh Air Fan

Havells, Usha, Orient,Bajaj

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

SH:-I (WIRING WITH STEEL CONDUIT )


Wiring for light point/ fan point/ exhaust fan point/ call bell
point with 1.5 sq.mm FRLS PVC insulated copper conductor
single core cable in surface / recessed steel conduit, with
piano type switch, phenolic laminated sheet, suitable size MS
box and earthing the point with 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable etc as required.

Group A (Garrage,Gen Shed,Eletrical


POL,Bunker,Sentry post, Toilet Block)

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

Group B ( Barrack, SOS, Kithchen)


Group C (KOTE,WIRELESS & CQMH,MAGZINE,ADMIN BLOCK)

1.3

Wiring for circuit/ submain wiring alongwith earth wire


withfollowing sizes of FRLS PVC insulated copper conductor,
single core cable in surface/ recessed steel conduit as
required

1.3.1
1.3.2
1.4

2x1.5 sq.mm. + 1x1.5 sq.mm. Earth wire


2x6 sq.mm. + 1x6 sq.mm. Earth wire
Wiring for light/ power plug with 2X4 sq. mm FRLS PVC
insulated copper conductor single core cable in surface/
recessed steel conduit alongwith 1 No 4 sq. mm FRLS PVC
insulated copper conductor single core cable for loop
earthing as required.

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

Supplying and fixing of following sizes of medium class PVC


conduit along with accessories in surface/recess including
cutting the wall and making good the same in case of
recessed conduit as required.
20 mm
25 mm

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

Supplying and drawing 4 pair 0.5 mm dia FRLS PVC insulated


annealed copper conductor, unarmored telephone cable in
the existing surface/ recessed steel/ PVC conduit as required.

Metre

1600.00

27.00

43200.00

Supplying and fixing metal box of 100 mm X 100 mm X 60


mm deep (nominal size) on surface or in recess with suitable
size of phenolic laminated sheet cover in front including
painting etc as required.

Each

54.00

108.00

5832.00

Supplying and fixing following piano type Telephone socket


outlet socket on the existing switch box/ cover including
connections etc. as required.

Each

54.00

95.00

5130.00

Supplying and drawing following sizes of FR PVC insulated


copper conductor, single core cable in the existing surface/
recessed steel/ PVC conduit as required.

TOTAL OF SH:-I (WIRING WITH STEEL CONDUIT )

2.1

2.2

2.3

SH:-II ( FITTINGS AND ACCESSORIES)


Supplying and fixing suitable size GI box with modular plate
and cover in front on surface or in recess, including providing
and fixing 3 pin 5/6 amps modular socket outlet and 5/6
amps modular switch, connection etc. as required. (For light
plugs to be used in non residential buildings).
Supplying and fixing suitable size GI box with modular plate
and cover in front on surface or in recess, including providing
and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and
15/16 amps modular switch, connection etc. as required.
Supplying and fixing metal box of 180mm X 100mm X 60mm
deep (nominal size) on surface or in recess with suitable size
of phenolic laminated sheet cover in front including
providing and fixing 6 pin 15/16 amps socket outlet and
15/16 amps piano type switch, connection, painting etc. as
required.

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

Supplying and fixing brass batten/ angle holder including


connection etc. as required.

Each

120.00

73.00

8760.00

2.5

Supplying and fixing call bell/ buzzer suitable for single


phase,230 volts, complete as required.

Each

54.00

61.00

3294.00

2.6

Supplying ,Installation,testing&commissioning of 4 Watt (not


less than 35 lumens/Watt) LED Step/foot Lights,having IP-66
Protection, suitable for Operation for 230/250Volts A.C
supply alongwith all accessories like LED lamp,driver etc as
required.

Each

45.00

637.00

28665.00

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 Circular


in shape Surface mounted decorative energy saving 14 Watt
LED down lighter having pressure die-cast aluminium housing
with white front frame, opal diffuser cover ,complete with
LED lamp,driver etc. directly on ceiling, including connection
with 1.5 sq. mm FRLS PVC insulated, copper conductor, single
core cable and earthing etc. as required.

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.

Supplying ,Installation, testing and commissioning of LED


type Bulk head fitting energy efficent IP 66 Protection,
minimum 600 lumens output complete with all accessories
and LED lamps etc. directly on ceiling, including connection
with 1.5 sq. mm FRLS PVC insulated, copper conductor, single
core cable and earthing etc. as required.

140
2.11.

2.12

2.13

2.14

Providing and fixing extra conduit down rod of 20 mm dia, 2


X 10 cm length wiring with 2 X 1.5 sq. mm FR PVC insulated,
copper conductor, single core cable including painting etc. as
required. (Note : More than 5 cm length shall be rounded to
the nearest 10 cm and 5 cm or less shall be ignored)

Nos

345.00

31.00

10695.00

Supplying ,Installation, Testing and commissioning integral


decorative Post Top lantern 40 Watt LED fixture, having IP-65
Protection consisting of integrated driver complete with
accessories like LED lamp,driver etc. with necessary wiring
etc. as required.

Nos

36.00

10546.00

379656.00

Supplying ,Installation, testing and commissioning of 10Watt


LED Bollard Light fittings alongwith its all accessories like LED
lamp,driver etc. on the existing C.C. foundation, made out of
Die Cast base and ring opal acrylic diffuser having IP-65
protection, i/c connetion testing and commissioning etc as
required.

Nos

135.00

6466.00

872910.00

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

Supplying Installation, testing & commissioning of celing fan


of following size i/c wiring the down rod of standard length (
up to 30 Cm) with 1.5 sqmm FR PVC insulated copper
conductor single core cable etc as required.
(ISI Marked)

2.14.1 1200 (48") mm sweep. ( 5 Star rated )


2.14.2 1400 (56") mm sweep.
2.15

2.16

2.17

2.18

Supplying and fixing extra down rod of 10 cm length G.I. pipe


,15 mm dia, heavy gauge including painting etc. as required.
(Note : More than 5 cm length shall be rounded to the
nearest 10 cm and 5 cm or less shall be ignored)
Supplying and fixing of 100 watt ,stepped piano type
electronic fan regulator on the existing Phenolic Laminated
sheet & switch box including connections etc. as required .
Supplying and fixing stepped type electronic fan regulator on
the existing modular plate switch box including connections
but excluding modular plate etc. as required
Supplying, Installation, testing and commissioning of light
duty 230 mm sweep , 1370 RPM, Metal Blade Exhaust Fan in
the existing opening complete with louvers, shutter's i/c
making good the damage, connection, etc. as required.

141
2.19

2.20

2.21

2.22

2.23

2.24

2.25

Supplying, Installation, testing and commissioning of light


duty 380 mm sweep , 1420 RPM, Metal Blade Exhaust Fan in
the existing opening complete with louvers, shutter's i/c
making good the damage, connection, etc. as required.

Supplying, and fixing of modular blanking plate on the


existing modular plate & switch box including connections
but excluding modular plate etc as required.
Supplying and Fixing of wall Bracket fan aerodynamitically
design, powder coated having capacity 400 mm sweep 1330
RPM, with speed regulator suitable for operation in 230
volts 50 Hz, AC supply etc as required.
Supplying ,Installation, testing and commissioning of Flame
proof tubular luminaire, epoxy finish alumunium housing
with heat resistant glass , inbuilt control gear accessories,
external reflector suitable for 1 x 28 Watt T-5 Flouresent
lamp of all types, complete with 28 watt T5 Fl. lamps etc.
directly on ceiling, including connection with 1.5 sq. mm FRLS
PVC insulated, copper conductor, single core cable and
earthing etc. as required.
Supplying ,Installation, testing and commissioning of 1 x 2' x
10 Watt LED Mirror Light luminaire, with front glass , inbuilt
control gear accessories, complete with LED lamps ,driver
etc. directly on ceiling/WALL, including connection with 1.5
sq. mm FRLS PVC insulated, copper conductor, single core
cable and earthing etc. as required.

Supplying ,Installation, testing and commissioning of 1 no


decorative TYPE Fancy Wall Bracket, complete with 8 watt
CFL lamps etc. directly on wall, including connection with 1.5
sq. mm FRLS PVC insulated, copper conductor, single core
cable and earthing etc. as required.
Supplying, Installation, testing and commissioning of light
duty fresh Air non metalic 200 mm sweep 900 RPM, PVC
blade exhaust fan in the existing opening complete with
louver's shuttet i/c making good damage,connection, etc as
required.
TOTAL OF SH:-II ( FITTINGS AND ACCESSORIES)
SH:-III ( MCB DB & SDB WITH MCB)

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

Supplying and fixing following way, single pole and


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

3.1.1
3.1.2
3.2

2+ 4 way/ 6 way, Double door


2+ 6 way/ 8 way, Double door
Supplying and fixing following way, horizontal type three
pole and neutral, sheet steel, MCB distribution board, 415
volts, on surface/recess, complete with tinned copper bus
bar, neutral bus bar,earth bar, din bar, interconnections,
powder painted including earthing etc. as required. (But
without MCB/RCCB/Isolator)

Each
Each

63.00
63.00

923.00
1041.00

58149.00
65583.00

3.2.1
3.2.2

4 way (4 + 12), Double door


8 way (4 + 24), Double door

Each
Each

48.00
18.00

2175.00
3148.00

104400.00
56664.00

3.30

Supplying and fixing 5 amps to 32 amps rating, 240/415 volts,


miniature circuit breaker suitable for inductive load of
following poles and curve in the existing MCB DB complete
with connections, testing and commissioning etc. as
required.

3.3.1
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

Fabricating, Supplying, installation testing and commissioning


of wall/ floor mounted cubicle type panel board of front area
not less than 2.2 sq.mtr, and depth not less than 20 cms.,
fabricated/made out of 14 SWG M.S. sheet with 200 Amp.,
TP & N, PVC encapsulated Aluminium bus bar, duly
compartmentalised having hinged doors with proper locking
arrangement, dust & vermine proof, powder coated with
approved shade i/c providing and fixing of following electrical
accessories/ switch gears, connections, inter connections etc.
as required:200 amps capacity TPN SDFU with HRC fuse ------ 1 no
63 amps capacity TPN SDFU with HRC fuse ------ 8 no

143
3.5.3
3.5.4

32 amps capacity TPN SDFU with HRC fuse ------ 6 no


0-500V, 96mm.sq., analog type, voltmeter with selector
switch - 1 No.

3.5.5

0-100 Amp., 96mm.sq., CT operated analog type ammeter


with 200/5 CTS (3 Nos.) & selector switch - 1 set

3.5.6

25mm dia, LED indicating lamp & holder with 6 Amp., Bseries, SP MCB - 3 Set.

Job

9.00

85802.00

TOTAL OF SH:-III ( MCB DB & SDB WITH MCB)

4.1

4.2

4.3

4.4
4.5
4.6

4.7

4.8

4.9

SH:-IV ( EARTHING & LOOP EARTHING & L/CONDUCTOR)


Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia
including accessories, and providing masonry enclosure with
cover plate having locking arrangement and watering pipe
etc. (with charcoal/ coke and salt ) as required.
Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm
thick including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering
pipe of 2.7 metre long etc. (with charcoal/ coke and salt ) as
required.
Providing and laying earth connection from earth electrode
with 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from earth
electrode including connection with G.I. thimble excavation
and re-filling as required.

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

Providing and fixing 6 SWG dia G.I. wire on surface or in


recess for loop earthing as required.

Metre

Providing and fixing 25 mm X 5 mm G.I. strip on surface or in


recess for connections etc. as required.

Metre

Providing and fixing of lightning conductor finial, made of 25


mm dia 300 mm long, G.I. tube, having single prong at top,
with 85 mm dia 6 mm thick G.I. base plate including holes
etc. complete as required.

Each

27.00

369.00

9963.00

Jointing G.I. tape (with another G I tape, base of the finial or


any other metallic object) by riveting / nut bolting/ sweating
and soldering etc as required.

Each

90.00

72.00

6480.00

180.00

68.00

12240.00

200.00

98.00

19600.00

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


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

Metre

Fixing of copper/ G.I. tape 20 mm X 3 mm thick on parapet or


surface of wall for lightning conductor complete as
required.(For vertical run)

Metre

144
4.10

4.11
4.12

Providing and fixing testing joint, made of 20 mm X 3 mm


thick G.I. strip, 125 mm long, with 4 nos. of G.I. bolts, nuts,
chuck nuts G.I. strip, 125 mm long, with 4 nos. of G.I. bolts,
nuts, chuck nuts and spring washers etc. complete as
required.
Providing and laying G.I. tape 32 mm X 6 mm from earth
electrode directly in ground as required.
Providing and fixing 6 SWG dia G.I. wire on surface or in
recess for loop earthing along with existing surface/ recessed
conduit/ submain wiring/ cable as required.(for looping of
bollards and post top fittings)

Each

Metre

Metre

18.00

71.00

1278.00

135.00

141.00

19035.00

4158.00

23.00

95634.00

TOTAL OF SH:-IV ( EARTHING & LOOP EARTHING &


L/CONDUCTOR)

3654214.00

SH:-V ( COMPOUND LIGHTS AND SERVICE CONNETION TO


BUILDG's )
5.1

5.1.1
5.1.2
5.1.3
5.2

5.2.1
5.2.2
5.2.3

Supplying & Laying of one number


XLPE insulated PVC
Sheathed Aluminium Conductor Armoured U.G. Power cable
of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following
size direct in ground including excavation, sand cushioning,
protective covering and refilling the trench etc as required.

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.

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

Supplying & Laying of one number additional XLPE insulated


PVC Sheathed Aluminium Conductor Armoured U.G. Power
cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of
following size direct in ground in the same trench in one tier
horizontal formation including excavation, sand cushioning,
protective covering and refilling the trench etc as required.

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.
Supplying & Laying of one number
XLPE insulated PVC
Sheathed Aluminium Conductor Armoured U.G. Power cable
of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following
size in the existing RCC/ HUME/ METAL pipe as required.

5.3
5.3.1
5.3.2
5.3.3

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.

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

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.

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

Providing, laying and fixing 50 mm dia G.I. pipe (medium


class) in ground complete with G.I. fittings including
trenching (75 cm deep)and re-filling etc as required

Metre

642.00

450.00

288900.00

Supplying and embedding 40mm dia dia G.I. pipe (medium


class) in pole collar/ foundation (during casting) for cable
entry including bending the pipe to the required shape
complete as required.

Metre

186.00

325.00

60450.00

Supplying,Laying and fixing of one number XLPE insulated


PVC Sheathed Aluminium Conductor Armoured U.G. Power
cable of 1.1 KV grade as per IS 7098 (Part-1) 1988 of
following size on wall surface as required.

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.
Supplying & laying of one number
XLPE insulated PVC
Sheathed Aluminium Conductor Armoured U.G. Power cable
of 1.1 KV grade as per IS 7098 (Part-1) 1988 of following
size in the existing MCB DB/Cubicle panel/Loose wire box/
loose in air for connection purpose etc. as required.

2x6 sq. mm.


2x10 sq. mm.
3x25 sq. mm.
Supplying and making end termination with brass
compression gland and aluminium lugs for following size of
PVC insulated and PVC sheathed / XLPE aluminium conductor
cable of 1.1 KV grade as required
2 X 6 sq. mm (19mm)
2 X 10 sq. mm (22mm)
3x25 sq. mm (28mm)

TOTAL OF SH:-V (COMPOUND LIGHTS AND SERVICE


CONNETION TO BUILDG's )
SH:-VI (DRINKING WATER PUMP SETS)

5543184.00

146
6.1

6.2

6.3

6.4

6.5

6.6

6.7

Supplying and installation testing and commissioning of Star Rated,


Energy Efficeint Eff2 Horizontal submersible pump set suitable for
erection on open well of required HP with 415 V 50 c/s.A.C. supply,
having delivery head from 36 to 24 m. and discharge from 490 to
600 Itrs. per minute (Max efficiency at 32 m head & 175 Itr/M
discharge) & delivery pipe of necessary diameterline erected with
necessary H type clamps etc as required.

EACH

18.00

31655.00

569790.00

EACH

9.00

32420.00

291780.00

EACH

9.00

25989.00

233901.00

Supplying and Fixing flat flexible 3 core 2.5 sq mm PVC sheathed


submersible type copper cable as per IS: 5831 1984 suitably
clamped at fixed intervals with column pipe assembly complete etc
as required.

METER

1400.00

126.00

176400.00

Supplying and erecting ISI mark G.I.pipe in the Suction/Delivery


Pipe line of 50 mm dia B class at position with accessories such
bend, tee, Union etc. as required.

METER

900.00

526.00

473400.00

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

Supplying Installation Testing and Commissioning of Energy Efficent


Eff2 Submersible pumpset suitable for 100 mm dia. borewell of
required HP with, 415 V 50 cycles A.C., suitable for 150 to 330 LPM
discharge at 60 to 35 m head & (Max. effciency at 34 m head 330
LPM discharge ) & delivery pipe of necessary 50mm diameter with
a necessary H. type clamp etc as required.
Supplying of Submersible pumpset suitable for 100 mm dia.
borewell of required HP with, 415 V 50 cycles A.C., suitable for 150
to 330 LPM discharge at 60 to 35 m head & (Max. effciency at 34 m
head 330 LPM discharge ) & delivery pipe of necessary 50mm
diameter with a necessary H. type clamp etc as required.

Supplying and Fixing following accessories on the existing Suction /


Delivery Pipe line i/c Connection, Testing etc as required.

6.7.1

50 mm dia Gun-Metal Gate Valve Screwed type ISI marked.

6.7.2

50 mm dia Gun-Metal Gate Non-Return Valve (Vertcal type)


Screwed type ISI marked.
Pressure gauge of 100 mm dia., 0-300 PSI or 0-14 kg per cm square
fitted with 12/15 mm . pad cock valve, and G.I. pipe, elbow etc.

EACH

45.00

2565.00

115425.00

EACH

45.00

2619.00

117855.00

2 "(Inch) x 4 " (inch) Long 7 mm thick G.I. Socket.

EACH

144.00

222.00

31968.00

6.7.3

6.7.4

147
7.0

Supplying, Installation, testing & commissioning of cubicle type


panel board of size not less than 800 mm x 650 mm x 200 mm
fabricated in compartmentalised designed from CRCA sheet steel
of 2 mm thick for frame work detachable gland plates for suitable
cable entry i/c cleaning & finishing with powder coated paint in
approved shade having 4 strip aluminium alloy bus bar 300 mm
long of 100 amps capacity with DMC / SMC bus bar supporter with
2 nos earth stud for solid earth connections, wiring from main bus
bar to switch gear / MCCB/MPCB with suitable size of PVC cable ,
provesion for fixing of MCCB & MPCB, DOL stater, 3 nos indicating
lamps with HRC fuses as per approved drawing i/c providing and
fixing the following accessories etc as required.

7.1.2

Motor Protection Circuit Breaker with Short Circuit & O/L


protection 10A capacity,T/R-6.3 to 10Amp for 4.00 KW load----------- 3 Nos.(L&T,Simens or C&S make).
Submersible Pump Controler (MU-G6) suitable for 4.5 KW, 6 HP
Motor set having relay range 9 to 14 Amp ------------ 3
Nos.(L&T,Simens, MDS,GE make).
Analog type Ammeter 0 to 30 Amps Capacity with suitable C.T.
ratio and Ammeter Selector Switch--------- 1 no. (L&T,Risab or AE
make)
Analog type Voltmeter 0 to 500 Volts Capacity with Voltmeter
Selector Switch--------- 1 no.(L&T,Rishab or AE make).
Phase Indicating Lamps with toggle switch and Backelite HRC fuse
unit ----- 3 Set.
M.V. Danger Notice Plate---- 1 nos.

7.1.3

7.1.4

7.1.5
7.1.6
7.1.7

TOTAL OF SH:-VI ( DRINKING WATER PUMP SET)

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.

Estimated Cost for Civil Work


A]

Civil Work

I/We agree to execute this work at


%(
above /below the estimated cost put to tender.

Rs. 502311495/-

Percent)

Signature of contractor with seal


Estimated Cost for Electrical Work
B]

Electrical Work-

I/We agree to execute this work at


%(
above /below the estimated cost put to tender.

Rs. 23838205/-

Percent)

Signature of contractor with seal

Das könnte Ihnen auch gefallen