Upload
hoangkiet
View
245
Download
1
Embed Size (px)
Citation preview
HINDU RELIGIOUS AND CHARITABLE ENDOWMENTS DEPARTMENT
TENDER SCHEDULE
Issud to Thiru/Thirumathi/Thiruvalagal :
Name of work :
Providing Street Light Arrangements in
the Ghat road of Arulmigu Thirumalai
Kumara Swamy Thirukovil, Panpozhi,
Chenkottai Taluk, Tirunelveli District.
Estimate value
: Rs. 53,33,000.00
Value of contract
: Rs. 48,39,917.00
Value of earnest money deposit
: Rs. 34200.00
Cost of Tender schedule
: Rs.9000.00+5% VAT = Rs.9450.00
Period of contract
: 3 Months
Number of pages in the Schedule
: 28
Number of the items in the schedule
: 13
Tender shall be submitted on or before : 30.06.2016 at 3.00 P.M
Date and Time of Tender opening : 30.06.2016 at 3.30 P.M
No of Call : First
Contractor Asst. Commissioner /
Executive Officer
2
Temple website : www.panpolikumarantemple.tnhrce.in
Phone : 04633- 237122
Mode of E.M.D. to be remitted :
E.M.D. will be accepted by the way of
Demand draft of any nationalized Banks/
scheduled Banks drawn in the name of the
Assistant Commissioner / Executive Officer,
Arulmigu Thirumalai Kumara Swamy
Thirukovil Payable at Panpozhi and also to
be paid by cash and the cash receipt should
be enclosed with the tender document.
1. Tenders not submitted in sealed cover will be summarily rejected.
2. The rate in the words and figure for each item of schedule should invariably/ be
furnished by the tender without fail in appropriate columns, corrections, scribbling, over
writing and erasing (should be avoided as far as possible) should be attested by the tenderer.
3. The total value of each item of work should be worked out and entered in the
amount column. Proper care must be taken in working out the value of each item of work
taking in to account the unit for which the rate is quoted and the quantity of work to be done
under the item.
4. The total from each page should be noted at the end of each page and carried over
to next page. The grand value of the tender should be worked out and furnished at the end
both in words and figures.
Contractor Asst. Commissioner /
Executive Officer
3
SCHEDULE - A
Name of the work : Providing Street Light Arrangements in the Ghat road of Arulmigu Thirumalai
Kumara Swamy Thirukovil, Panpozhi, Chenkottai Taluk, Tirunelveli District.
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
1 37.00 Nos
(Thirty
seven
numbers)
Supply and erection of 8.00 Metre
free standing octagonal pole 8 sided
polygonal continuously tapered
structure made up of HT sheet steel,
designed to withstand wind velocity
as per IS-875 hot dip galvanized both
internally and externally confirming
to BSEN:ISO 1461 (65 micro
thickness) and the octagonal pole
shall be erected on the foundation
concrete with foundation bolts M20 x
700mm - 4nos and base plate of size
225 x 225 x 16mm with following
pole specification:
1 No
(One
Numb
er)
Pole height : 8000 mmBottom Dia :
135mm dia Across face for 5mtr
lengthTop Dia :70mm dia Across
face for 3mtr lengthThickness :3mm
The base plate of size 225mm x
225mm x 16mm should be rigidly
welded and secured to the bottom
section of octagonal pole with single
ornamental bracket of medium class
pipe bent suitably to give a height of
1.7 metres and overhang of 1.5
metres with collar welded suitably
with single ornamental bracket and
fixed rigidly with 6 nos of bolts and
nuts to prevent any turning
movement of brackets due to wind.
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
4
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
The pole shall be provided with
weather proof flush door with lock
and key facility to accommodate
inside cable termination and control
box and with supply and fixing of 1
No 30A 4 way terminal block with 2
nos 6A SPMCB with hylum
sheet/Bakelite sheet and stud type
terminals complete.
Coil earthing of No 8 SWG GI Wire
of 11.5 metres in which 10 metres of
the total length compressed with coil
of 1 metre with 75 to 100mm dia
connected suitably with hexagonal
bolt of size 25mm x 8 mm welded on
the above pole to one end with coil
portion linked to the earth.
Supply and fixing of 1 Set of LEDF
45 Watts Lamp fitting street light
luminary Philips make : Greenline
BRP-320LED (45W) or equivalent to
be approved by PWD officials with
1No LED 45w lamp with necessary
service wires from fuse box to the
fitting with 2.5sqmm (36/0.3) PVC
copper wire with necessary
connection. (DATA.A)
2
1400.00 m
(One
thousand
four
hundred
metres)
Supply and clamping of 4 x 6 sq.mm
PVC copper armoured LTUG cable
in 1 ¼” dia GI pipe (Class B) on post
or on wall with special type MS
clamps. (DATA-B)
1 m
(One
metre)
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
5
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
3
1500.00 m
(One
thousand
five
hundred
metres)
Supply and laying of 4 x 10 sq.mm
PVC copper armoured LTUG cable
in 1 ¼” dia GI pipe Class B on post
or on wall with special type MS
clamps.(DATA-C)
1m
(One
metre)
4
50.00 m
(Fifty
metres)
Supply and laying of 3 1/2 x 70
sq.mm PVC armoured LTUG cable
in a trench to be excavated at a depth
of 0.75m putting 0.15m layer of sand
and covering the cable completely
with bricks and sand and refilling the
earth to make good. (SD-207)
1m
(One
metre)
5
20.00 m
(Twenty
metres)
Supply and clamping of 3 1/2 x 70
PVC aluminum LTUG cable on post
or on wall with special MS clamps.
(SD-225)
1 m
(One
metre)
6
90.00 Nos
(Ninety
numbers)
Supply and fixing of brass cable
gland for 4 x 6 sq.mm PVC
armoured LTUG cable, with earth
connection. (SD-182)
1 No
(One
numb
er)
7
6.00 Nos
(Six
numbers)
Supply and fixing of brass cable
gland for 3 1/2 x 70 sq.mm PVC
armoured LTUG cable with earth
connection. (SD-189)
1 No
(One
numb
er)
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
6
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
8 2.00 Nos
(Two
numbers)
Supply and erection of 125 A floor
mounting dust & Vermin proof
cubical panel board made up of bus
bar chamber of 16 SWG MS sheet of
suitable angle iron frame work
trunking boxer, cable adopter boxer,
cable adopter boxer with vermin and
dust proof with 25 x 3 mm tinned
insulated copper bus bar for three
phased and neutral with hylum sheet
separation and inner connection of
125 A switch and 63 A switch to the
bus by 12 x 6 mm tinned copper flat
interconnection of 32 A TPN
switches to bus by No:8 SWG
HDBC conductor with 25 x 3 mm
tinned cu. Flat for earth bus at the
rear end and interconnection of earth
1 No
(One
Numb
er)
bus at both ends by 25 x 3 mm cu.
Flat earth connection of all switches
to the individual earth by No:8 SWG
HDBC conductor with indication
lamp and caution board complete
with painting of one coat of primer
paint and final finish with two coats
of high quality epoxy paint with
super scription (lettering and
numbering)
Incommer:125 A TPN switch
disconnector fuse units interior only
with HRC fuses double break –
1outgoing63 A TPN switch
disconnector fuse units interior only
with HRC fuses double break – 2
Nos32 A TPN metal clad switch with
rewireable fuse unit – 4 Nos (For
common leads of pump, lift & street
lights etc) (DATA-D)
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
7
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
9 2.00 Nos
(Two
numbers)
Supply, erection, testing and
commissioning of three phase
automatic street light controller of
out door type housed in suitable size
powder coated enclosure made up of
16 SWG CRCA sheet steel
accommodating the following with
necessary internal wiring with 10
sq.mm unsheathed copper wire.
1 No
(One
numb
er)
a) Supply and fixing of 3 phase
vertical type 8 way triple pole MCB
distribution (double door type) board
in sheet steel enclosure with IP42
protection with metal door (Legrand
make)- 1Nob) 63A four pole MCB =
1 No(1/G)c) 32A TP MCB = 6 Nos
(0/G) D-6-32 ASPMCB -6 Nos
(0/G)d) Supply and fixing of 100A
power contactor with 0-24 hours
timer for controlling street lights –
No ( MCB’s MCB DB and timer
switch should be Legrand/ Hager,
contactor should be
L&T/Siemens/BCH) The metal
danger board shall be fixed at
appropriate location. (DATA-E)
10
2.00 Nos
(Two
numbers)
Supply and fixing of 200 Amps
Three phase 500 V, 4 pole change
over switch on suitable angle iron
frame work with MS cable entry
boxes with earth connection only.
200 A change over with suitable
angle iron frame work and fitting
charges. (DATA-F)
1 No
(One
numb
er)
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
8
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
11 8.00 Nos
(Eight
numbers)
Supply and erection of 8.00 Metre
free standing octagonal pole 8 sided
polygonal continuously tapered
structure made up of HT sheet steel,
designed to withstand wind velocity
as per IS-875, hot dip galvanized
both internally and externally
confirming to BSEN:ISO 1461 (65
micro thickness) and the octagonal
pole shall be erected on the
foundation concrete with foundation
bolts M20 x 700mm - 4nos and base
plate of size 225 x 225 x 16mm with
following pole specification:
1 No
(One
numb
er)
Pole height : 8000 mm
Bottom Dia : 135mm dia Across face
for 5mtr length
Top Dia :70mm dia Across face for
3mtr length
Thickness :3mm
The base plate of size 225mm x
225mm x 16mm should be rigidly
welded and secured to the bottom
section of octagonal pole with double
ornamental bracket of medium class
pipe bent suitably to give a height of
1.7mtrs and overhang of 1.5 mtrs
with collar welded suitably with
double ornamental bracket and fixed
rigidly with 6 nos of bolts and nuts to
prevent any turning movement of
brackets due to wind. The pole shall
be provided with weather proof flush
door with lock and key facility to
accommodate inside cable
termination and control
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
9
Sl.
No Qty Description of Work Unit
Rate in Amount in
figures Figures Words
gears and with supply and fixing of 1
No 30A 4 way terminal block with 2
nos 6A SPMCB with hylum
sheet/Backlite sheet and stud type
terminals complete.
Coil earthing of No 8 SWG GI Wire
of 11.5 mtrs in which 10 metres of
the total length compressed with coil
of 1 mtr with 75 to 100mm dia
connected suitably with hexagonal
bolt of size 25mm x 8 mm welded on
the above pole at one end with coil
portion linked to the earth.
Supply and fixing of 2 Nos 250W SV
lamp fitting street light luminaire
Philips make SGP 338 M 1 x SONT
250 W GB or equivalent to be
approved by PWD officials with
2Nos 250W SV Tubular lamps with
necessary service wires from fuse
box to the fitting with 36/03
(2.5sqmm) PVC copper wire with
necessary connection, testing and
commissioning as directed by the
departmental officers. (DATA-G)
12 45.00 Nos
(Forty five
numbers)
Supply and fixing of Cross and cowl
spl. Type ( As per drawing ) 1 No
(One
numb
er)
13 4.00 Nos
(Four
numbers)
Earthing as per the IS specification
with an earth electrode of 2.1mt
class 'B' GI pipe of dia not less than
40mm , with copper earth plate of
size 125mm x 50mm x 6mm with
necessary funneling arrangements
with necessary masonry work and
with 38mm RCC cover slab for the
brick masonry. (SD.NO:233)
1 No
(One
numb
er)
Contractor
No. of corrections :
No. of over writings :
Asst. Commissioner /
Executive Officer
10
SCHEDULE-B
Name of the work: Providing Street Light Arrangements in the Ghat road of Arulmigu
Thirumalai Kumara Swamy Thirukovil, Panpozhi, Chenkottai Taluk,
Tirunelveli District.
Estimate amount: Rs.53,33,000.00
(Rupees Fifty Three Lakhs and Thirty Three Thousand only)
Drawing – Enclosed
Contractor
Asst. Commissioner /
Executive Officer
11
SCHEDULE –C
SPECIAL CONDITIONS
QUALIFICATION CRITERIA :
1. Registered electrical contractor in PWD, Government of Tamilnadu with Class II
Registration (Rs.30.00 Lakhs to Rs. 75.00 lakhs) with valid ESA/EA/ESB/EB license.
Copies of Registration Live certificate for the year 2016-17 and valid ESA/EA/ESB/EB
License duly attested by Gazatted Officer should be enclosed along with the requisition
letter for issue of tender documents.
2. The tenderers who are themselves not professionally qualified shall undertake to
employ qualified/technical man at their cost to look after the work. The tenderers should
state in clear terms whether they are professionally qualified or whether they undertake to
employ technical men required by the department, specified in the schedule below for the
work, he should see that one of the technically qualified men is always at the site of the
work during working hours, personally checking all items of works and paying extra
attention to such works as may demand special attention.
EMPLOYMENT OF TECHNICAL PROFESSIONAL
(Based on the value of contract)
1. Up to Rs. 5.00 Lakhs 1. One diploma holder in Electrical
Engineer 2. Not less than one retired
Junior Engineer
2. Form Rs. 5 to 10 Lakhs 1. One B.E. (Electrical or 2.
Equivalent degree holder or 3. Not less
than one retired Sub – Divisional officer.
Asst. 4. One diploma holder with three
years experience.
Contractor
Asst. Commissioner /
Executive Officer
12
3. From Rs. 10 to 25 lakhs 1. One B.E. Electrical with 3 years
experience plus one diploma holder in
Electrical Engineering (or) 2.
Equivalent degree holder with 3 years
experience Plus on diploma holder in
Electrical Engineer3. Not less than one
retire sub-Divisional officer plus one
diploma holder in Electrical
Engineering. 4. Two diploma holders in
Electrical Engineering with 3 and 5 years
experience respectively.
From Rs. 25 to 50 Lakhs: 1. One B.E. Electrical with 3 years
experience plus two diploma holders in
Electrical Engineering (or) 2. One B.E
Electrical with 3 years experience plus
two retired 3. Equivalent degree
holders with 3 years experience plus two
diploma holders in Electrical
Engineering/two retired Junior
Engineers. 4. One retired sub –
Divisional officer AE E/ADE plus two
diploma holder in Electrical
Engineering. (or) 5. One retired Sub –
Divisional Officer / Assistant
ExecutiveEngineer ADE plus two retired
Junior Engineers.
3. The tender should be valid for a period of 90 days from the date of opening of tender.
Contractor
Asst. Commissioner /
Executive Officer
13
4. Earnest Money Deposit
The Tenderer should furnish a sum of Rs. 34200.00 (Rupees Thirty Four Thousand
and Two Hundred only) towards EMD by the way of Demand draft of any
nationalized Banks/ scheduled Banks drawn in the name of the Assistant Commissioner /
Executive Officer, Arulmigu Thirumalai Kumara Swamy Thirukovil Payable at Panpozhi
and also to be paid by cash and the cash receipt should be enclosed with the tender
document.
The tender will be summarily rejected if EMD other than the above form is furnished.
Also, the tender without EMD will be summarily rejected.
5. Copies of latest Sales Tax Registration Certificate with TIN No., and latest Sales Tax
verification certificate and latest Income Tax Clearance Certificate, or latest Income Tax
Return Form filed with I.T. Dept. and PAN No. duly attested by Notary Public (or)
Gazetted Officer should be enclosed along with the tender.
6. Security Deposit
The successful tenderer should furnish a Security Deposit at 2% of the contract value in
the form of NSC / KVP / POTD duly pledged in favour of the Assistant Commissioner /
Executive Officer Arulmigu Thirumalai Kumara Swamy Thirukovil, Panpozhi (or)
irrevocable Bank Guarantee drawn in favour of the Assistant Commissioner / Executive
Officer Arulmigu Thirumalai Kumara Swamy Thirukovil, Panpozhi.
7. In the case if the tenderer quotes rates 5% to 15% less than the department value, he
should enclose the additional security deposit at 2% extra on the department value in the
manner specified under rule 14(1) of TamilNadu Transparency in Tenders Rules, 2000 in
addition to the Earnest Money Deposit and Security Deposit.
Contractor
Asst. Commissioner /
Executive Officer
14
8. Similarly, in the case if the tenderer quotes rates at minus 15% and above than the
department value, he should enclose the additional security deposit at 50% of the
difference in value on the department value and the quoted value, in the manner as
specified under 14 (1) of Tamilnadu Transparency in Tenders Rules, 2000 in addition to
the Earnest Money Deposit and Security Deposit.
9. The tender documents received without the required Earnest Money deposit, Security
Deposit and the Additional Security Deposit, as indicated above will be treated as non –
responsive and summarily rejected at the first instance itself.
10. Guarantee : Electrical materials supplied by the Contractor and the entire work shall be
guaranteed for one year against any manufacturing defects or bad workmanship. If any
faults occurred, the same may be rectified or the faulty materials should be renewed with
new one at free of cost during the guarantee period.
11. The tender schedule with tender conditions (which are purchased) should be duly filled in
and signed and should be returned along with details. The rates in the tender should be
written in numbers as well as in words also. Corrections if any should be attested with
dated initials. The contractors those who are not full filled this condition, such tender
shall not be considered.
12. The tender should be given in sealed cover superscribing the Name of Work and the
tender due date. Unsealed cover will not be opened and will not be considered.
13. The Tenderers are advised to inspect the site at their own cost before offering their
tenders.
14. Conditional tender will be summarily rejected.
Contractor
Asst. Commissioner /
Executive Officer
15
15. If the last date for opening of tender is suddenly declared as Govt. Holiday, the opening
date is deemed to be extended upto the following working day.
16. Payment will be made on detailed measurements. Any of the items in the schedule may
be omitted or radically altered. No variation in the rate shall become payable to the
contractor on account of such omission for variation of the quantities.
17. While making payment 2% of the bill value with surcharge at prevailing rate shall be
deducted towards Income Tax as per statutory orders of Government.
18. Sales Tax at 5% of the total amount of works contract shall be recovered Under Section
7F of the Tamilnadu General Sales Tax (5th Amendments) Act of 1999.
19. The with held amount of 5% of the contract value will be recovered in each and every
part bill of payment.
20. The with held amount of 5% along with Security Deposit at 2% of the contract value will
be released after one year on successful expiry of the Guarantee Period as per the rules
prevailing at that time.
21. The entire work should be carried out as per latest I.E. Act, I.E. Rules, CEIG conditions,
ISI specifications and Revised TNSS Electrical Specifications.
22. The date of intimation by the concerned Assistant Commissioner / Executive officer that
the work can be commenced will be deemed to be the date of commencement of work.
The work should be completed within stipulated period from the date of commencement
of work.
Contractor
Asst. Commissioner /
Executive Officer
16
23. All rates quoted in the tender shall be inclusive of Sales Tax, payable under the General
Sales Tax Act as amended from time to time (including amendment Act 28/1984) and that
the contractor is responsible to file the Sales Tax return and pay the amount of Tax and
demanded by the Commercial Tax Department. No request for payment of Sales Tax
separately in addition to tendered rates due to any plea of subsequent levy or increase in
Tax will be entertained vide above Clause 38 (2) of General Conditions of Contract.
24. The work should be carried out in co-operation with the occupant of the buildings which
are occupied may not be made available for carrying out the work uninterruptedly
throughout the day.
25. The work may be awarded whole or in part and the quantities may be increased
or decreased or omitted during the execution of the work at the work at the discretion of
the Commissioner, H.R & C.E Department, Chennai.
26. In case, if it is necessary, the Contractor should be at the premises at the time of
connecting the installations to the supply mains and afford all facilities for testing and
commissioning.
27. The Commissioner, H.R & C.E Department, Chennai.reserves the right to reject any or all
the tenders without assigning any reason(s) therefore and is not binding to accept the
lowest.
28. The materials approved in this circle only should be used as per the list enclosed.
29. Failure to remit the required Security Deposit and to enter into the agreement within the
prescribed period shall entail the forfeiture of the Earnest Money Deposit and the same
will be retained into Government account.
Contractor
Asst. Commissioner /
Executive Officer
17
30. If night work is required to fulfill the agreed rate of progress, all arrangements shall be
made by the Contractor including lighting without if any claim for any extra cost.
31. The Contractor should not employ the labourers below the age of 14 years and shall also
they must offer employment to Ex-Servicemen and unemployed agriculture labourers as
for as possible.
32. In the event of the work being transferred to any other Circle / Division / Sub Division the
Superintending Engineer / Electrical Engineer / Assistant Executive Engineer who is
incharge of Circle / Division/Sub Division having jurisdiction over the work shall be
competent to exercise all the power and privilege reserved in favour of the Department.
33. The Contractor engaging the labourers for the work is wholly responsible for any
accidents of death occurring to the labourer carrying out the work ordered by the
Department and the Department shall not be held responsible for such occurrence and
also for payment of compensation to labourers.
34. The Contractor should not employ the labourers below the age of 14 years, and women
during 6.00 P.M. to 7.00 A.M. and during 6 weeks before the expected date of delivery
and six weeks after the date of delivery or miscarriage. The contractor shall abide by all
Government orders issued from time to time in respect of labour regulations.
35. For slow progress of work/bad workmanship/leaving the work incomplete shape, the
Department will take action to impose fine / penalty as per the Departmental rules.
36. The arbitrator for fulfilling the duties put forth in the arbitration clause of the General
conditions of the contract shall be the Superintending Engineer, PWD, Building
Construction and Maintenance Circle, Madurai.
Contractor
Asst. Commissioner /
Executive Officer
18
37. RECOVERY OF DUES UNDER REVENUE RECOVERY ACT :
If any amount falls due from the contractor on account of this contract even after
Recovering from the bills for this work and any other contract awarded to the Contractor,
then the amount is liable to be recovered under the provisions of Revenue Recovery Act.
38. The Contractors should supply only ISI approved materials with ISI mark.
39. The Field Officers should inspect the quality of the electrical materials then and there and
the random sample materials supplied by the contractor should be tested in the
Government Testing Laboratories (or) Government authorised Testing Laboratories
whenever required.
40. Intercom equipments, Telephone Cables, MDF, LTUG Cables etc., should be purchased
only from the manufacturers or from their authorised Dealers. The Contractor should
produce necessary Gate pass and Invoice of the manufacturers and necessary ISI Test
Certificates from the Manufacturers if required. If the materials are purchased through
authorised dealers then the Contractor should produce original bill of the authorised
dealer and necessary ISI Test Certificates of the manufacturers of the materials and the
same should be certified by the Assistant Divisional Engineer concerned.
41. The work contract assigned to the Contractor shall be cancelled if they engage Child
Labour in executing works and such contractors should be black listed for three years.
The materials used in the work should be in conformity with specification of the
departments. The makers specified in the tender schedule alone should be adopted during
execution wherever applicable.
Contractor
Asst. Commissioner /
Executive Officer
19
SCHEDULE-D
Name of the work: Providing Street Light Arrangements in the Ghat road of Arulmigu
Thirumalai Kumara Swamy Thirukovil, Panpozhi, Chenkottai Taluk,
Tirunelveli District.
Estimate amount: Rs.53,33,000.00
(Rupees Fifty Three Lakhs and Thirty Three Thousand only)
Rate of progress
1 1…month from the date of handing over
the site.
30% of the works should be completed.
2 2…months from the date of handing over
the site.
60% of the works should be completed.
3 3… months from the date of handing
over the site.
100% of the works should be completed.
Contractor
Asst. Commissioner /
Executive Officer
20
SCHEDULE – E
ADDITIONAL CONDITION OF CONTRACT – I
The contractor shall at his own expense provide arrangements for this provision of food
wear for any labour during cement mixing work all other similar type of work involving the
use of tar mortar etc. to satisfaction of the Engineer - in -charge and on his failure to do so,
the Government shall be entitled to provide same and recover the cost from the contractor.
When there are complaints of non-payment of wages to the. laborers bills of the contractor
may be with held pending a clearance of certificate from the labour department.
ADDITIONAL CONDITION OF CONTRACT – II
Applicable to all cases of works where a minimum of fifty workers are employed
.Rules for the provisions of health and sanitary arrangements for workers. The contractor’s
special attention is invited to clause 108-11 of the P.S. to S.S.R.B. and he is requested to
provide at his own expenses the following amenities to the satisfaction of Divisional
Engineer.
1) FIRST AID
At the worksite, there shall be maintained at an accessible place first aid
appliances and medicines including adequate supply of sterilized dressing and sterilized
cotton wool. The appliances shall be kept in good order. They shall be placed under the
charge of responsible person who shall be readily available during working hours.
2) DRINKING WATER
A. Water of Good quality fit for drinking purposes shall be provided for the workers on
the scale of not less than 3 gallons per head per day.
B. Where drinking water is obtained from intermittent public water each work site shall
be provided with storage tank where such drinking water shall be stored.
Contractor
Asst. Commissioner /
Executive Officer
21
C. Every water supply storage shall be a distance of not less than 50M from any latrine
drain or other sources of pollutions where water has to be drawn from an existing
well, which is within such proximity of any latrine drain or other sources of
pollutions. The well shall be properly chlorinated before water is drawn from it for
drinking. All such wells shall be entirely closed and provided with a trap door which
shall be dust and water proof.
D. A reliable pump shall be fitted to each inner well. The trap door shall be kept locked
and opened duly for inspection and cleaning which shall be done atleast once a month.
3) WASHING AND BATHING PLACES
Adequate washing and bathing places shall be provided separately for men
and women. Such places shall be kept clean and well drained. Bathing and washings should
not be allowed nearby any drinking water well.
4) LATRINES AND URINALS
There shall be provided within the premises of every work site, latrines and
urinals in accessible places and the accommodation separately for each of them shall be on
the following scale or on the scale directed by the Divisional Engineer in any particular case.
A. Where the No. of persons employed does not Exceed 50. : 2 Seats
B. Where the No. of persons employed exceeds 50 but does not exceed 100 : 3 Seats
C. For every additional hundred : 3 Seats
If women are employed separately, latrine and urinals screened from those for man
shall be provided on the same scales. Except in worksite provided with water flushed latrines
connected with water borne sewage system, all latrines shall be provided with receptacle on
dry earth system which shall be cleaned at least four times daily and at least twice during
working hours and kept in a strictly sanitary condition, the excreta from the latrines shall be
local public Health authority. The contractor shall also employ adequate number of
scavengers and conservancy staff to keep the latrines and urinals in a clean condition.
Contractor
Asst. Commissioner /
Executive Officer
22
5) SHELTERS DURING REST
At the work site there shall be provided free of cost two suitable sheds one
for meals and other for rest for the use of workers.
6) CRECHES
At every worksite at which 50 or more women workers are ordinarily
employed there shall be provided two huts of suitable size for the use of children under the
age of five years belonging to each women (One hut shall be used for infants, games and play
and the either as their bed 10 cm.) The huts shall not be constructed on a standard not lower
than the following.
Thatched Roofs (ii) Mud Floors and walls (iii) Planks spread over the mud floor and
covered with matting. The use of the huts shall be restricted to children their attendants and
mothers of the children
7) CANTEENS
A cooked for canteen on moderate scale be provided for the benefit of workers if it is
considered expedient.
8) SHED FOR WORKERS
The contractor should provide at his own expenses sheds for housing the workers.
The shed shall be on a standard not less than chop shelter type to live in which the workers in
the locality are accustomed. A floor area at about 6’ x 5’ for two person shall be provided.
The sheds are to be in row with 5’ clear space between sheds and d50’ clear spaces are to be
in row if conditions permit. The workers camp shall be laid but in units of 400 persons each
unit of area clear space of 40’ on each side. On completion of the work the contractor should
dismantle the temporary hut ments and remove the same at his cost and no labour or huts
allowed continuing.
Contractor
Asst. Commissioner /
Executive Officer
23
ADDITIONAL CONDITION OF CONTRACT – III
LIST OF APPROVED MATERIALS
The following materials are approved for use in electrical works in
Electrical Circle, PWD., Madurai.
1 5A and 15A flush type switches, ceiling Rose, Battern Holder, 5A and 15A switch
and socket combined.5A & 15A plug sockets etc.,
KUNDAN, ANCHOR, C&SGEWISS, DASPAN, ROOPA
2. Modular type Switch/Switch Box /Flush Mounted Socket/Fan Regulator
MK INDIA/ ANCHOR ROMA/ CRAB TREE, C&S-GEWISS,ROOPA
3. Fuse Units.
GEM, KUNDAN, ANCHOR, STANDARD, ROOPA, DASPAN, C&S
4. Industrial Type Plug & Sockets
HAVELLS/HAGER/ FLICHER/ BHARTIA CUTLER HAMMER LEGRAND,
C&SGEWISS, LEHER.
5. Protection Relays and Auxiliary Relays
SIEMENS/ L &T / ALSTHOM,C&S
6. Instruments
AE / IMP / ENERCON/ SECURE
7. CTs/ PTs
KAPPA/ PRAGATHI/ INSTRANS/ AE
8. Control Switch/ Indication Lamp/ Push Button
SIEMENS/ TEKNIC/ KAYCEE/ L &T, HPL, C&S
9. Iron and Metal Clad Switches and Double Break sheet metal Switches with HRC
fuses or Rewirable fuses.
GEM, KUNDAN, HPL, HAVELLS, STANDARD, ROOPA, DASPAN, C&S
Contractor
Asst. Commissioner /
Executive Officer
24
10. Special Type Main Switches Cubical Type.
L & T, ENGLISH ELECTRIC, SIEMENS, C&S
11. Water tight bulk head fitting.
PHILIPS, BAJAJ, CROMPTON GREAVES, K-LITE
12. L.T.U.G. Cables and H.T.U.G. Cables.
TROPODUR (CCI), UNISTAR, PARAGON, RALLISON, UNIFLEX., FINOLEX,
HAVELLS, POLYCAB, RPG,V-MARC, ROOPA(LTUG)
13. Cable Termination kits
RAYCHEM/ BIRLA 3M/ CCI/ MSEAL
14. Cable Glands
COMET/PRABHAT/ STANDARD.
15. Cable Trays & Accessories
PROFAB/ TECHNOFAB
16. Rising Mains
C&S/MERLIN GERIN/ GE/ KLOCKNER MOELLER
17. Wiring Cables PVC sheathed and unsheathed copper cables.
KUNDAN, RR CABLES, ORBIT, FINOLEX, ATLAS, Q-FLEX,
POLYCAB, INDO ASIAN, HAVELLS, L &T, RPG, ANCHOR,V-
MARC ROOPA, DASPAN, TEKMAK, KEI
18. Distribution Boards.
KUNDAN, GEM, STANDARD, HPL, HAVELLS,DASPAN,
C&STC, ROOPA
Contractor
Asst. Commissioner /
Executive Officer
25
19. Fluorescent fittings.
FIXOLITE, GLOLITE, ATLAS, DELTA,CROMPTON GREAVES, BAJAJ,
PHILIPS, WIPRO, HAVELLS, C&S, DASPAN, ROOPA,LEHER, PASOLITE.
20. PL & CFL Fittings/Lamps
PHILIPS/ OSRAM/ ANCHOR/ CROMPTON,HPL,C&S, LEHER, SURYA
(LAMP) PASOLITE, ROOPA
21. Street light fluorescent fittings.
FIXOLITE, GLOLITE, ATLAS DELTA,CROMPTON GREAVES, BAJAJ,
PHILIPS, WIPRO, HAVELLS, C&S GEWISS, DASPAN,ROOPA, LEHER,
PASOLITE.
22. Decorative type fluorescent fittings.
FIXOLITE, GLOLITE, ATLAS, DELTA, CROMPTON GREAVES,BAJAJ, PHILIPS,
WIPRO, DASPAN, LEHER, ROOPA, PASOLITE.
23.Special type decorative box type and Street light fittings.
PHILIPS, CROMPTON GREAVES, WIPRO, C&S, LEHER, ROOPA PASOLITE.
24. MCB, ELCB, RCCB.
GEM, KUNDAN, STANDARD, HPL, HAVELLS and leading brand such as
Legrand (MDS), Hager (L&T), MerlinGerin, DASPAN, C&S, LEHER(MCB)
25. Moulded Case Circuit Breaker
Merlin Gerin/ Siemens /CSC/GE/ABB, C&S
26. Ceiling Fans, Exhaust Fans, Table Fans, Wall mounting Fans and Pedestal Fans.
CROMPTON GREAVES, USHA, ORIENT, BAJAJ, KHAITAN,
HAVELLS, ALMONARD, ROOPA, DASPAN, MARC – Star rated with ISI mark.
Contractor
Asst. Commissioner /
Executive Officer
26
27. Stepped Electronic Square type fan Regulator .
ANCHOR DELUXE/ CROMPTON GREAVES.
28. Storage type water Heaters.
VENUS, RACOLD ELAC, MARC – Star rated with ISI mark.
29. The materials used should be got approved by the Assistant Executive Engineer of the
department during execution.
30. The makes specified if any in the agreement should be adopted during execution
wherever applicable.
Contractor
Asst. Commissioner /
Executive Officer
27
Contractor
Asst. Commissioner /
Executive Officer
28
Contractor
Asst. Commissioner /
Executive Officer