202
C NIL I O AE(P) EE(P) Page 1 PROFORMA OF SCHEDULES INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E- TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE (Applicable for inviting open bids) The Executive Engineer, Haldwani Central Division, C.P.W.D., Haldwani on behalf of President of India invites online item rate bids from approved and eligible contractors of CPWD and those of appropriate list of MES, BSNL, Railway and State PWD(B&R) of Uttarakhand for the following work:- S. No. NIT NO. Name of work and location Estimated cost put to bid Earnest Money Period of Completion Last date & time of submission of bid, EMD, e-tender processing fee and other Document as specified in the bid document Time & date of opening of tender 1 2 3 4 5 6 7 8 1 15/CE/EE/HCD/2015-16 Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO‟s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans). Civil : Rs. 12,21,97,391/- Electrical : Rs. 1,01,83,989 Total : Rs. 13,23,81,380 /- Rs. 23,23,814/- 18 Months Upto -3.00 PM on 21/09/2015 At 3.30 PM on 21/09/2015 1. Non CPWD Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted.

Pit Horag Arh

Embed Size (px)

DESCRIPTION

pithoragarh

Citation preview

Page 1: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 1

PROFORMA OF SCHEDULES

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING PART OF BID DOCUMENT AND TO BE

POSTED ON WEBSITE

(Applicable for inviting open bids)

The Executive Engineer, Haldwani Central Division, C.P.W.D., Haldwani on behalf of President of India invites online item rate bids from approved and eligible contractors of CPWD and those of appropriate list of MES, BSNL, Railway and State

PWD(B&R) of Uttarakhand for the following work:-

S. N

o.

NIT

NO

.

Nam

e o

f w

ork

and loca

tion

Est

imate

d c

ost

put

to b

id

Earn

est

Money

Period o

f Com

ple

tion

Last

date

& t

ime o

f su

bm

issi

on o

f

bid

, EM

D, e-t

ender

pro

cess

ing f

ee

and o

ther

Docu

ment

as

speci

fied

in t

he b

id d

ocu

ment

Tim

e &

date

of

openin

g o

f

tender

1 2 3 4 5 6 7 8

1

15

/CE

/EE

/HC

D/2

01

5-1

6

Develo

pm

ent

of

Perm

anent

Infr

ast

ruct

ure

at

42nd B

n.

Hqrs

. SSB P

ithora

garh

under

FTR H

qrs

. SSB Ranik

het.

(S

H:

C/o

N

on

Resi

dential

Build

ings

consi

stin

g

of

Tra

dem

en S

hop, G

O‟s

Mess

& S

ingle

off

icer

acc

om

modation, 1 N

o. 128 M

en

B

arr

ack

, 10 B

edded H

osp

ital, Q

uart

er

g

uard

, Q

uart

er

Mast

er

Sto

re, in

cludin

g

Inte

rnal Ele

ctrica

l In

stalla

tion a

nd F

ans)

.

Civ

il

:

Rs.

12,2

1,9

7,3

91/-

Ele

ctrica

l :

Rs.

1,0

1,8

3,9

89

Tota

l

:

Rs.

13,2

3,8

1,3

80/-

Rs.

23,2

3,8

14/-

18 M

onth

s

U

pto

-3.0

0 P

M on

21/0

9/2

015

At

3.3

0 P

M

on

21/0

9/2

015

1. Non CPWD Contractors who fulfill the following requirements shall be eligible to

apply. Joint ventures are not accepted.

Page 2: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 2

PROFORMA OF SCHEDULES

2. Should have satisfactorily completed the works as mentioned below during the last Seven years ending previous day of last date of submission of tender.

Three similar works each costing not less than Rs. 530.00 Lacs OR two similar works each costing not less than Rs. 800.00 Lacs OR one similar work costing not less than Rs. 1060.00 Lacs. Similar work would means “ Building work with RCC framed Structure including Internal Civil and Electrical Services”.

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 last date of receipt of applications

for bids. (scanned copies of work experience certificates meeting to this

criteria shall be uploaded by the agency).

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he consider himself eligible and he is in possession of all the documents required.

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

4. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of “Executive Engineer, Almora Central Division,

CPWD, Almora” and other documents as specified. The contractors already registered on e-tendering portal will have option to continue by paying tender processing fee at existing rates up to one year from the date of registration, or to switch over to the new registration system without tender processing fee any time. All new registrations from 01-04-2015 will be without tender processing fee.

5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

Page 3: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 3

PROFORMA OF SCHEDULES

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as "0" (ZERO).

However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above/below on the lowest 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.

10. List of Documents to be scanned and uploaded within the period of bid submission:

1. Treasury Challan/Demand Draft/Pay Order or Banker‟s Cheque/Deposit at Call

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

2. Enlistment Order of the Contractor.

3. Certificates of Work Experience (required from non-CPWD and CPWD class II

contractors).

4. Affidavit as per clause 1.2.3 of CPWD6 (required from non-CPWD and CPWD class II contractors)

5. Certificate of Registration for Sales Tax/VAT and acknowledgement of upto date filled return

6. Certificate of Registration for Service Tax and acknowledgement of upto date filled return

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

Executive Engineer Haldwani Central Division

CPWD, Haldwani

Page 4: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 4

PROFORMA OF SCHEDULES

PART-A

CPWD-6, CPWD-8 INCLDUING SCHEDULE „A‟ TO „F‟

FOR THE WORK, STANDARD GENERAL

CONDITIONS OF CONTRACT FOR CPWD WORKS

2014 AS AMENDED/ MODIFIED UP TO THE DATE

OF SUBMISSION OF BID.

Page 5: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 5

PROFORMA OF SCHEDULES

CPWD-6 FOR e-TENDERING

Item rate bids are invited on behalf of President of India from approved and eligible contractors of CPWD and those of appropriate list of MES, BSNL, Railway and State PWD(B&R) of Uttarakhand for the work of Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

1. The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of opening of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 13,23,81,380/- (Civil work Rs. 12,21,97,391 /- + Rs. 1,01,83,989/- Elect. work)

This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the bids. He will also nominate Division, which will deal with all matters relating to the invitation of bids.

For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicates the estimated cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.

Online bid documents submitted by intending bidders shall be opened only of those bidders, whose “Earnest Money Deposit, e-tender Processing Fee” and “other documents as required as per this NIT” are found in order.

1.2 Conditions for Non-CPWD & CPWD Class II contractors only.

1.2.1 The Contractor should have satisfactorily completed three similar works each

costing not less than Rs. 530.00 Lacs OR two similar works each costing not less than Rs. 800.00 Lacs OR one similar work costing not less than Rs.

1060.00 Lacs. in last 7 years ending previous day of last date of submission of

tender.

Similar work mean “Building work with RCC framed Structure including Internal Civil and Electrical Services”.

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 tender.

1.2.2 To become eligible, the bidders shall have to furnish an affidavit as under:-

Page 6: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 6

PROFORMA OF SCHEDULES

“I/We undertake and confirm that eligible similar works(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 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”. (Scanned copy to be uploaded at the time of submission of bid).

1.2.3 When tenders are invited from non CPWD contractors and CPWD class – II contractors as per provisions of clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class –II contractors to upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2.

Online bid documents submitted by intending bidders shall be opened only of those bidders, whose “Earnest Money Deposit, e-tender Processing Fee” and “other documents as required as per this NIT” are found in order.

The financial bid of only those agencies shall be opened who are found to be eligible agencies, as per this NIT.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 8 (or other Standard Form as mentioned) which is available as a Govt. of India Publication. 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 18 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 bid documents.

4 (i) The site for the work is available.

OR

The site for the work shall be made available in parts

(ii) The architectural drawings for the work are available and the structural drawings

are to be submitted by the contractor.

OR

The architectural and structural drawing shall be made available in phased manner,

as per requirement of the same as per approved program for completion submitted

by the contractor after award of work.

5 The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in free of cost.

Page 7: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 7

PROFORMA OF SCHEDULES

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items)but before last time and date of submission of bid as notified.

8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker„s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Almora Central Division, CPWD Almora) 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 earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of bids which is to be scanned and uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after opening of financial bid failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority. The agency shall be debarred from tendering in CPWD.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

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

Interested contractor who wish to participate in the bid has also to make following payments within the period of bid submission:

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 shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and

Page 8: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 8

PROFORMA OF SCHEDULES

Earnest Money Deposit and other documents scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 21/09/2015

9. The bid submitted shall become invalid and & e-tender processing fee shall not be

refunded if:

(i) The bidder is found ineligible. (ii) The bidder does not upload all the documents (including service tax

registration/ VAT registration/Sales Tax registration and acknowledgements of upto date filled returns) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded..

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of tender opening authority.

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

(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above/below on the lowest 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.

10. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled bank/ Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in schedule 'F', including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The earnest money deposited along with bid shall be returned after receiving the aforesaid performance guarantee.

11. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder 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 bidder 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

Page 9: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 9

PROFORMA OF SCHEDULES

required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

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

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

14. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.

15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted a Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any 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.

16. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the bid or engagement in the contractor‟s service.

17. The bid for the works shall remain open for acceptance for a period of sixty (60) days from the date of opening of 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 bidder shall not be allowed to participate in the rebidding process of the work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

Page 10: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 10

PROFORMA OF SCHEDULES

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.

19. The bid document will include following three components:

Part A :- CPWD -6, CPWD – 8 including schedule A to F for major component of the work, Standard General Conditions of Contract for CPWD 2014 as amended/ modified up to last date of submission of bid.

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 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.

The Major Component of work is Civil Work and Minor Component of work is Electrical Work.

The bidders should also read the General Conditions of Contract for CPWD Works Manual 2014 amended up to last date of submission of bid of this work, which is available as Govt. of India Publications; however provisions included in the tender document shall prevail over the provisions contained in this standard form. The set of drawings and NIT shall be available with the Executive Engineer.

The contractor should also visit the site of work and acquaint himself with the site and soil conditions before tendering.

The main contractor shall execute the minor component(s) also. He should be either an eligible contractor himself or associate with himself an eligible agency(s) for execution of electrical work as per CPWD-6 for e-tendering. The contractor shall indicate the names of upto three such agencies within prescribed time as “Minor component agencies”. In case the details of electrical agency are not submitted by the bidder or are not proper then these shall be submitted before acceptance of the bid.

After acceptance of the tender by competent authority, the EE in charge of major component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two/or more copies of agreement depending upon number of EE‟s/DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of minor component. EE of major component will operate part A and part B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C along with Part A of the agreement. The main contractor has to enter into agreement with the contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be

Page 11: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 11

PROFORMA OF SCHEDULES

submitted to EE/DDH in charge of 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.

Tenders with any condition including that of conditional rebates in the tender document shall be rejected forthwith.

The rate (s) must be quoted in decimal coinage. Amount must be calculated and rounded in full rupees by ignoring fifty paisa and considering more than fifty paisa as rupee one. Rate must be filled both in words and figures. Amount should be worked out for all the items. Rates in words should start with word “Rs.” And finish with word “only” and there should not be undue gap in the words of the rate. For example, the rate of Rs. 2429.50 in figure should be written as “Rs. Two thousand four hundred twenty nine and paisa fifty only”

The successful tenderer shall be required to submit a Performance Guarantee of 5% (Five percent) of the composite contract amount within a period of issue of letter of acceptance as specified in schedule „F‟.

The contractor shall have to execute guarantee bonds in respect of water supply and sanitary installation works and water proofing works as per Performa at Annexure I & II.

Sales tax/VAT, purchase tax, turn over tax, Excise duty, work contract tax or any other tax on materials as applicable shall be paid by the contractor himself. The contractor shall quote his rates considering all such taxes. However, service tax shall be separately reimbursable to the Agency as per Circular No. DGW/CON/241 dated 28/01/2009.

Attention is also drawn to Clauses 6, 6A and 7, 7A of General Condition of Contract for CPWD works 2014, which prescribes the procedure for computerized recording of measurement and preparation of bill by contractor.

Intending tenderer may submit physical mile stone on the basis of their resources and methodology at the time of tendering as indicated in the “Schedule F”, otherwise it will be assumed that agency is agreeable to physical mile stones mentioned in the table.

Intending tenderer may give detailed activities/programme for each mile stone fixed in the tender document while submitting the tender.

Recovery rates for less use of materials beyond permissible limits is given in Schedule „F‟ of Part-A & C & also for excess use of departmentally issued material.

Signature of the Divisional Officer,

For and on behalf of the President of India

Page 12: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 12

PROFORMA OF SCHEDULES

CPWD-8

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

STATE Uttarakhand CIRCLE Haldwani Central Circle

BRANCH B&R DIVISION Haldwani Central Division

ZONE NZ-IV,CPWD,Dehradun SUB-DIVISION Pithoragarh Central Sub-Division

ITEM RATE BID AND CONTRACT FOR WORKS

Tender for the work of Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

To be submitted online by 3.00 PM on 21/09/2015 in the office of the Executive Engineer, Haldwani Central Division, CPWD, Haldwani. i) The online Bid shall be opened in presence of tenderers who may be present at

3.30 PM on 21/09/2015 in the office of the Executive Engineer, Haldwani Central Division, CPWD, Haldwani.

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.

We agree to keep the tender open for sixty (60) days from the due date of its opening of bid and not to make any modifications in its terms and conditions.

A sum of Rs.23,23,814/- 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

Page 13: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 13

PROFORMA OF SCHEDULES

scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee or fail to commence the work within prescribed period I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail of 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 guarantee 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, up to maximum of the percentage mentioned in Schedule „F‟ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived 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.

Dated:

Signature of Contractor Witness:

Postal Address Address: Occupation:

Page 14: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 14

PROFORMA OF SCHEDULES

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is

accepted by me for and on behalf of the President of India for a sum of

Rs._____________________________________________ (Rupees____________

________________________________________________________________________

________________________________________________________________________

_____________________________)

The letters referred to below shall form part of this contract Agreement:-

a)

b)

c)

For & on behalf of the President of India

Dated _______________

Signature____________________ Designation

________________

Page 15: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 15

PROFORMA OF SCHEDULES

SCHEDULE – „A‟, „B‟, „C‟, „D‟, „E‟ & „F‟ FOR THE WORK (CIVIL WORK)

SCHEDULE „A‟

Schedule of Quantities (as per PWD-3) : As per separate sheets attached

SCHEDULE „B‟

Schedule of materials to be issued to the contractor:

S. No.

Description of item

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

Place of issue

1 2 3 4 5

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

SCHEDULE „C‟

Schedule of Tools and Plants to be hired to the contractor :

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

1 2 3 4

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

SCHEDULE „D‟

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

As attached in tender form

SCHEDULE „E‟:

Reference to General Conditions of contract:

General Conditions of contract for Central PWD Works 2014 as amended/ modified up to last date of submission of bid

Name of Work: Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

Estimated cost of the work: Rs. 12,21,97,391/- Civil work Rs. 1,01,83989/- Elect. work Rs. 13,23,81,380/- Total

Page 16: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 16

PROFORMA OF SCHEDULES

Earnest money Rs. 23,23,814/- (to be returned after receiving Performance Guarantee)

Performance Guarantee 5% (Five percent) of accepted tendered amount

Security Deposit 2.5% (Two Point Five percent) of accepted tendered amount.

SCHEDULE „F‟

General rules and direction

Officer inviting tender Executive Engineer, Haldwani Central Division, CPWD, Haldwani

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

See at appropriate clause under definitions

Definitions :

2(v) Engineer-in-Charge : Executive Engineer, Haldwani Central Division, CPWD, Haldwani or successor thereof.

2(vii) Accepting Authority :

Chief Engineer, NZ-IV, CPWD, Dehradun or successor thereof.

2(x) Percentage on cost of materials and

labour to cover all overheads and profits :

15% for DSR items and M/R Items

2(xi) Standard Schedule of Rates:

Civil Items of Work: DSR-2014 with up to date correction slips and Market Rates

2(xii) Department: Central Public Works Department

9(ii) Standard CPWD contract Form:

GCC 2014, CPWD Form 8 as modified & corrected up to last date of submission of bid

Clause 1 i) Time allowed for submission of Performance Guarantee, Programme Chart(Time and Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date

15 Days

Page 17: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 17

PROFORMA OF SCHEDULES

of issue of letter of acceptance

ii) Maximum allowable extension with late fee @0.1% per day of Performance Guarantee amount beyond the period as provided in i) above

7 Days

Clause 2 Authority for fixing Compensation under Clause 2

Superintending Engineer, Haldwani Central Circle, CPWD, Haldwani or successor thereof

Clause 2 A

Whether Clause 2A shall be applicable

No

Clause 5 i) Number of days from the date of issue of letter of acceptance for reckoning date of start

22 Days

ii) Time allowed for execution of

work

18 months

Authority to decide Extension of time Superintending Engineer, Haldwani Central Circle, CPWD, Haldwani or successor thereof.

Rescheduling of mile stone Shifting of date of start in case of delay in handing Over site

Superintending Engineer, Haldwani Central Circle, CPWD, Haldwani or successor thereof . Superintending Engineer, Haldwani Central Circle, CPWD, Haldwani or successor thereof .

Mile stone/Bar Chart(s)- As per construction programme given below

Note:- In the event of not achieving the necessary

progress as assessed from mile stone chart, 1.25% of

the accepted tendered value of work will be withheld

for failure of each mile stone.

Mile stones of the Contract

Sl. No.

Description of mile stone Period for completion from date of

start in days/months

Withheld amount for non achievement of

mile stone.

Page 18: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 18

PROFORMA OF SCHEDULES

Sl. No.

Description of mile stone Period for completion from date of

start in days/months

Withheld amount for non achievement of

mile stone.

1 RCC upto Plinth Level of all works.

Total financial value of work under this mile stone shall not be less than Rs. 300.00 lacs excluding secured advance.

05 months 1.25% of the accepted tendered value.

2 Complete RCC structure of all floors and brick work in ground floor complete, internal sanitary work & water supply in ground floor toilets.

Electrical conduits in connected work complete.

Total financial value of work under this mile stone shall not be less than Rs. 750.00 lacs excluding secured advance.

10 months 1.25% of the accepted tendered value.

3 Brick work and plaster complete. Steel windows and section, Flooring in all floors complete. Sanitary pipe work complete.

Electrical conduit & wiring in connected work complete.

Total financial value of work under this mile stone shall not be less than Rs. 1200.00 lacs excluding secured advance

15 months 1.25% of the accepted tendered value.

4 Fixing of Doors & windows, Plumbing & Sanitary fixures, final internal & External painting work etc., completion of all work as per agreement

Electrical wiring & fixing of electrical fittings.

Testing & commissioning of all services as per agreement and cleaning of site.

Removal of civil & electrical works related all defects & Cleaning of site

18 months 1.25% of the accepted tendered value.

5 Sample of toilet of each building 2 months after casting of

Ground Floor slab

In addition to above, Rs. 25000/- (Non refundable) be deducted for failure in this regard.

The withheld amount due to non-achievement of mile stone may be released if the subsequent mile stone is achieved in the specified time.

Mile stones shall be applicable both for Major Component (Civil Work) as well as for Minor Component (Electrical Work) of the work as attached. The main contractor will ensure that electrical components of the work are executed in time without giving any chance for

Page 19: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 19

PROFORMA OF SCHEDULES

slippages of mile stones on account of delay in execution of associated electrical work by him. However, in case mile stones are not achieved by the contractor for the work, the amount shown against milestone shall be withheld by the Executive Engineer in charge of the major component.

Note : Intending tenderer may submit physical activities/mile stones on the basis of their resources and methodology at the time of tendering corresponding to physical mile stones /stages as indicated in the above table. These shall be formed part of agreement after approval of the accepting authority, otherwise it would be assumed that agency agrees with the above mentioned physical mile stones. Clause 6/ 6A

Clause applicable :

Clause 6A

Clause 7 Clause 7A

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 Whether Clause 7A shall be applicable

Rs. 80 Lacs

Yes

Clause 10A List of testing equipment to be provided by the contractor at site lab. (i) Electronic/digital weighing balance(1 nos.): (a)7 kg to 10 kg capacity, semi-self indicating type-Accuracy 10 gm. (b) 500 gm capacity, semi-self indicating type-Accuracy 1 gm. (ii) Cube Testing Machine of 100 tonne capacity(1 No.) along with 18 nos. cube moulds (iii)Sieves set as per IS 460-1962 & sieve shaker(1 nos.) (iv)Slump Cone(1 No.) (v)Oven(1 nos.) (vi)Graduated Measuring Cylinder(1 nos.) (vii) Enamel trays (for efflorescence test for bricks)-1 nos. (viii) Ultrasonic Pulse Velocity Test Equipment For concrete(1 No.) (ix)Measuring Steel Tape 3m (2 Nos.) & 15m (2 Nos.) and Laser Distance Meter of 200 metre range with bluetooth connectivity – 2 Nos (x) Other instruments(1 nos.each): Vernier calipers, screw gauge,plumb bob, spirit level minimum 30 cm long with 3 bubbles, wire gauge (Circular type) disc, steel foot rule, long nylon thread, magnifying glass, moisture meter

Clause 10 B (ii), (iii)

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

No

Clause 10 C Component of labour expressed as percentage of value of work

NA 25% for building work 5% for road works/External Water Supply 10% for external sewerage

Page 20: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 20

PROFORMA OF SCHEDULES

Clause 10 CA Materials covered under this clause.

Nearest material (other than cement, reinforcement bars and structural steel) for which All India Whole sale price Index is to be followed.

Base price of all the materials covered under clause 10 CA

1. PPC Cement 2. Steel Reinforcement bars (TMT-500D)

1. Rs.5110/- Per MT 2. Rs.41,714/- Per MT

Base price will be Considered as issued by

CE(NZ-IV) for the month of August, 2015.

Clause 10 CC Clause 10CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column Schedule of component of other materials, labour, POL etc. for price escalation: a) Component of Civil(except materials covered under clause 10 CA)/Electrical construction materials expressed as percent of total value of work b) Component of Labour expressed as percent of total value of work c) Component of P.O.L. expressed as percent of total value of work.

Applicable (12 months) Xm=40% Y=25% Z=Nil%

Clause 11 Specification to be followed for execution of work:

For Civil items of work

CPWD Specifications 2009 Vol. 1 and Vol. 2 with up to date correction slips.(Hereinafter called CPWD specifications) and as per manufacturer‟s specification and recommendations. For road items, MORTH Specifications shall be followed.

Clause 12

Type of work

Project Work and Original work/New Road Construction Work

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for all items in superstructure(above plinth level) of building wor

30%

12.5 (i)Deviation limit beyond which clause 12.2 30%

& 12.3 shall apply for foundation work

(except earth work)

(ii)Deviation limit for items in earth work 100%

Page 21: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 21

PROFORMA OF SCHEDULES

subhead of DSR or related items

Clause 16 Competent Authority for Deciding reduced rates:

For Civil items of work Chief Engineer, NZ-IV,

CPWD, Dehradun or

successor thereof.

Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site on Page no. 91-92

Clause 25 Constitution of Dispute Redressal Committee

Chairman-1

Members-2

Constitution of Dispute Redressal Committee

For Total Claims Up to

Rs.25 Lacs

For Total Claims more than

Rs.25 Lacs

Chairman Director (Works cum TLQA), NR-II,

Lucknow CE,NZ-II Lucknow

Member (i)EE(C), Dehradun Central Division-

I, Dehradun or EE(E), Dehradun

Central Electrical Division

(ii) EE(C), Almora Central Division,

Almora (For Civil / Composite

Claims) or EE(E), Dehradun Central

Electrical Division(For Electrical

Claims only)

(i)Director (Works cum TLQA),

NR-II, Lucknow

(ii) SE(C), Lucknow Central

Circle, Lucknow

(For Civil / Composite Claims) or

SE(E), Lucknow Central

Electrical Circle, Lucknow

(For Electrical Claims only)

Clause 36(i) Requirement of Technical Representative(s) and Recovery Rate

Sl. No.

Minimum

Qualification of Technical

Representative D

iscip

line

Designation (Principal Technical/ Technical

representative

Min

imu

m

expe

rien

ce

num

ber

Rate at which recovery shall be made from the

contractor in the event of not fulfilling provision of Clause 36(i) Per person

Figures (Rs. Per person)

Words ( Rs. Per person)

(For Civil Work)

Page 22: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 22

PROFORMA OF SCHEDULES

1

i) Graduate

Engineer

Civ

il

Project Manager

10 yrs. (and having experience of one similar nature of work.)

1 No

Rs. 30,000/- PM

Rs. Thirty Thousand per month

2 Graduate Engineer

Or

Diploma Engineer

Project / site Engineer

5 years. Or

10 years. respectively

1 No Rs. 25000/- PM

Rs. Twenty five thousand per month

3 Graduate Engineer

Or

Diploma Engineer

Project Plaining/Quality/

Site/Billing Engineer

2 years. Or

5 years. respectively

1 No Rs. 15000/- PM

Rs. Fifteen thousand per month

(For Electrical Work)

1 Graduate Engineer

Or

Diploma Engineer E

lectr

ica

l

Project Plaining/Quality/

Site/Billing Engineer

2 years. Or

5 years. respectively

1 No Rs. 15000/- PM

Rs. Fifteen thousand per month

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Even if contractor (or partner in case of firm/company) is himself an Engineer/Overseer(s), it is necessary on part of contractor to employ Engineer(s) and/or/Overseer for the supervision of the work(s) as per stipulation.

For supervision of civil as well as electrical items of work, technical representatives of the respective disciplines will be required to be deployed.

Clause 42

i) a) Schedule/ statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD

D.S.R. 2014 with up to date correction slips

ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put to tender not more than Rs. 5 lakhs.

3% plus/minus

For works with estimated cost put to Tender is more than Rs. 5 lakhs

2% plus/minus

Page 23: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 23

PROFORMA OF SCHEDULES

b) Bitumen all works 2.5% plus only & nil on minus

side.

c) Steel reinforcement and structural steel Sections for diameter, section and category.

2% plus/minus.

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl No

Description of items

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

Excess beyond permissible variation

Less use beyond the permissible variation

1. PPC Cement N. A 110% of base price considered for the operation of clause

10 CA.

2. Steel reinforcement (TMT ) Bars

N.A.

3. Structural Steel sections N.A.

Page 24: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 24

PROFORMA OF SCHEDULES

INTEGRITY PACT

To, ……………………….., ……………………….., ………………………..

Sub: NIT No. …………………………………. for the work ……………................... Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

Page 25: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 25

PROFORMA OF SCHEDULES

To,

Executive Engineer, ……………………….., ………………………..

Sub: Submission of Tender for the work of ………………………....…………….... Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully (Duly authorized signatory of the Bidder)

Page 26: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 26

PROFORMA OF SCHEDULES

To be signed by the bidder and same signatory competent / authorised to sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ...........20......

BETWEEN

President of India represented through Executive Engineer, ................................., (Name of Division) CPWD, ....................................................................... (Address of Division), (Hereinafter referred as the „Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

............................................................................................................. (Name and Address of the Individual/firm/Company) through .................................................................... (Hereinafter referred to as the (Details of duly authorized signatory) “Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns) Preamble WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for .............................................................................. .................................................. (Name of work) hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under:

Page 27: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 27

PROFORMA OF SCHEDULES

Article 1: Commitment of the Principal/Owner 1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with

equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process

any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s) 1) It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or

firm, offer, promise or give to any of the Principal/Owner‟s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any

undisclosed agreement or understanding, whether formal or informal. This

Page 28: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 28

PROFORMA OF SCHEDULES

applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant

IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

addresses of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and

all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences

outlined above or be an accessory to such offences. 4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use

Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Page 29: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 29

PROFORMA OF SCHEDULES

Article 3: Consequences of Breach Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner‟s absolute right: 1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract

has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the

Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder

or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression 1) The Bidder declares that no previous transgressions occurred in the last 5 years

with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from

the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage

caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Page 30: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 30

PROFORMA OF SCHEDULES

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors 1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all

Bidders and Contractors. 3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact

between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD. Article 7- Other Provisions 1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head

quarters of the Division of the Principal/Owner, who has floated the Tender. 2) Changes and supplements need to be made in writing. Side agreements have not

been made. 3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the

partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the

parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

Page 31: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 31

PROFORMA OF SCHEDULES

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner) ................................................................. (For and on behalf of Bidder/Contractor) WITNESSES:

1. .............................................. (signature, name and address) 2. ............................................... (signature, name and address)

Place : Dated :

Page 32: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 32

PROFORMA OF SCHEDULES

SALIENT / MANDATORY REQUIREMENTS FOR THE TENDERER

Name of Work:

Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

1 The tenderer is advised to read and examine the tender documents for the work and the set of drawings available with Engineer-in-charge. He should inspect and examine the site and its surroundings by himself before submitting his tender.

2 Separate schedule of quantity is included in this tender for civil and electrical items of work. If the tenderer wants to offer any unconditional rebates on their rates, the same should also be offered in the respective components of civil and electrical schedule separately. The contractor shall quote the Item rates in figures and words accurately so that there is no discrepancy in rates written in figures and words.

3 Time allowed for the execution of work is 18 months. 4 The contractor(s) shall submit a detailed program of execution in accordance

with the master programme/milestone within ten days from the date of issue of award letter.

5 Quality of the project is of utmost importance. This shall be adhered to in accordance with the provisions of CPWD specifications and guidelines given in the relevant paras.

6 The contractor (s) shall make his own arrangements for electricity and water required for the execution of work.

7 Cement shall be arranged by the contractor himself. 8 Steel Reinforcement shall be arranged by the contractor himself. 9 Contractor has to deploy required Plant and machinery on the project. Minimum

number of plant and machinery to be deployed by him is indicated in this NIT. However, if any additional type and number of plants and machines are required at site, the same shall be deployed by the agency without any extra cost which shall be in order to adhere to the time schedule, as specified in this NIT. In case the contractor fails to deploy the plant and machinery whenever required and as per the direction of the Engineer-in-charge, he (Engineer-in-charge) shall be at a liberty to get the same deployed at the risk and cost of the contractor.

10 The contractor shall submit the running bills in the shape of the computerised MB in pages of A-4 size as per the standard format of department and shall act as per modified clause 6A of CPWD-8.

11 Contractor has to provide reinforcement cover blocks made of approved proprietary pre packed free flowing mortars (Conbextra as manufactured by M/s Fosroc Chemical India Ltd. or approved equivalent) of high early strength.

12 The officer inviting tenders shall have the right of rejecting all or any of the

tenders and will not be bound to accept the lowest or any other tender.

Page 33: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 33

PROFORMA OF SCHEDULES

13 In the case of any tender where unit rate of any item / items appear unrealistic,

such tender will be considered as unbalanced and in case the tenderer in unable

to provide satisfactory explanation such a tender is liable to be disqualified and

rejected.

14 The Contractor, whose tender is accepted, will be required to furnish

performance guarantee of 5% (Five Percent) of the tendered amount within the

period specified in Schedule "F".

15 The Contractor, whose tender is accepted, will also be required to furnish by

way of Security deposit for the fulfilment of his contract, an amount equal to 5%

of the tendered value of the work. The Security deposit will be collected by

deductions from the running bills of the contractor at the rates mentioned above

and the earnest money deposited at the time of tender, will be treated as a part

of the security deposit.

16 On acceptance of the tender, the name of the accredited representative(s) of the

contractor who would be responsible for taking instructions from the Engineer-in-

Charge shall be communicated in writing to the Engineer-in-charge.

17 Sales Tax/VAT, purchase tax, turnover tax or any other tax on material in

respect of this contract shall be payable by the Contractor and Government will

not entertain any claim whatsoever in respect of the same.

18 The contractor shall give a list of both Gazetted and Non-Gazetted CPWD

employees related to him.

19 The tender for composite work includes in addition to building work all other

works such as sanitary and water supply installations drainage installation,

electrical work, horticulture work, roads and paths etc. The tenderer apart from

being a registered contractor (B&R) of appropriate class, must associate himself

with agencies of appropriate class which are eligible to tender for sanitary and

water supply drainage, electrical and horticulture works in the composite tender.

20 The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer/Executive Engineer may in his discretion, without prejudice to any other right or remedy available in law, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

Page 34: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 34

PROFORMA OF SCHEDULES

ADDITIONAL CONDITIONS

1. Unless otherwise provided in the Schedule of Quantities/Specifications, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the work and nothing extra shall be payable to him on account of the same. Extra payment for centering/shuttering, if required to be done for heights greater than 3.5 m shall however be admissible at the rates arrived at in accordance with clause 12 of the agreement, if not already specified.

2. The contractor shall make his own arrangement for obtaining electric connection(s) if required and make necessary payments directly to the department concerned.

3. Other agencies doing works related with this project may also simultaneously execute their works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for laying/burying in the work, pipes cables, conduits, clamps, boxes and hooks for fan clamps etc. as may be required for the other agencies. Nothing extra over the Agreement rates shall be paid for doing these.

4. Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials etc. The contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on account of the same.

5. The contractor shall fully comply with all legal orders and directions of the Public or local authorities or municipality and abide by their rules and regulations and pay all fees and charges for which he may be liable in this regard. Nothing extra shall be paid/reimbursed for the same.

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

7. The work of water supply, internal sanitary installations and drainage etc. shall be carried out as per the bylaws of the Municipal Corporation or any other local body and the contractor shall produce necessary completion certificates from such authority after completion of work.

8. All water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories etc. shall conform to the bylaws and specifications of the Municipal Body/Corporation where CPWD specifications are not available.

9. The contractor shall engage licensed plumbers for the work and the materials (fixtures/fittings) tested by the local Municipal Body/Corporation wherever required at his own cost. Nothing extra shall be paid/reimbursed for the same.

10. The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted by making his own arrangements for water supply, electricity etc. and nothing extra whatsoever shall be payable for the same.

11. If as per local Municipal regulations, huts for labour are not to be erected at the site of work, the contractor shall be required to provide such accommodation at a place as is acceptable to the local body and nothing extra shall be paid on this account.

Page 35: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 35

PROFORMA OF SCHEDULES

12. The structural and architectural drawings shall at all times be properly co-related before executing any work. However, in case of any discrepancy in the item given in the schedule of quantities appended with the tender and Architectural drawings relating to the relevant item, the former shall prevail unless otherwise given in writing by the Engineer-in-charge.

13. The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued by department.

14. Samples of various materials required for testing shall be provided free of charges by the contractor. Testing charges, if any, unless otherwise provided shall be borne by the department. All other expenditure required to be incurred for taking the samples; conveyance, packing etc. shall be borne by the contractor himself.

15. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been in-built in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account.

16. For the purpose of recording measurements and preparing running account bills, the abbreviated nomenclature indicated in the publications Abbreviated Nomenclature of Items of DSR 2014 shall be accepted. The abbreviated nomenclature shall be taken to cover all the materials and operations as per the complete nomenclature of the relevant items in the agreement and relevant specifications.

In case of items for which abbreviated nomenclature is not available in the aforesaid publication and also in case of extra and substituted items for which abbreviated nomenclature are not provided for in the agreement, full nomenclature of item shall be reproduced in the measurement books and bill forms for running account bills.

For the final bill, however, full nomenclature of all the items shall be adopted in preparing abstract in the measurement books and in the bill forms.

17. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer in charge. Nothing extra shall be paid on this account.

18. No payment will be made to the contractor for damage caused by rains, or other natural calamities during the execution of the works and no such claim on this account will be entertained.

19. The contractor shall take instructions from the Engineer-in-charge for stacking of materials. No excavated earth or building materials etc. shall be stacked/collected in areas where other buildings, roads, services, compound walls etc. are to be constructed.

20. Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced by the contractor only when all men, machinery‟s and materials have been arranged and closing of the trench(s) thereafter shall be ensured within the least possible time.

21. It shall be ensured by the contractor that no electric live wire is left exposed or unattended to avoid any accidents in this regard.

22. In case the supply of timber/steel frames/shutters for doors, windows etc. is made by some other agency, the contractor shall make necessary arrangements for their

Page 36: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 36

PROFORMA OF SCHEDULES

safe custody on the direction of the Engineer-in-charge till the same are fixed in position by him & nothing extra shall be paid on this account.

23. The contractor shall maintain in perfect condition, all portions executed till completion of the entire work allotted to him. Where however phased delivery of work is contemplated these provisions shall apply separately to each phase.

24. The entire royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle sand etc. collected by him for execution of the work, directly to the Revenue authority or authorized agents of the State Government concerned or the Central Government, as the case may be.

25. Various factory made materials shall be procured from reputed and approved manufacturers or their authorized dealers. Decision of Engineer in charge in this regard shall be final and binding.

26. It must be ensure that all materials to be used in work bear BIS certification mark. In cases where BIS certification system is available for a particular material/product but not even a single producer has so far approached BIS for certification the material can be used subject to the condition that it should confirm to CPWD specification and relevant BIS codes. In such case written approval of the Technical sanctioning Authority may be obtained before use of such material in the work.

27. Contractor shall have to execute a Guarantee Bond in respect of Water Proofing works as per Performa attached in this N.I.T. He shall also have to execute guarantee bonds for water supply and sanitary installations work on the Performa attached in this NIT.

28. The terms machine batched, machine mixed and machine vibrated concrete used elsewhere in agreement shall mean the concrete produced in concrete batching and mixing plant and if necessary transported by transit concrete mixers, placed in position by the concrete pumps, tower crane and vibrated by surface vibrator /needle vibrator / plate vibrator, as the case may be to achieve required strength and durability.

29. Wherever work is specified to be done or material procured through specialized agencies, their names shall be got approved well in advance from Engineer in charge. Failure to do so shall not justify delay in execution of work. It is suggested that immediately after award of work, contractor should negotiate with concerned specialist agencies and send their names for approval to Engineer in charge. Any material procured without prior approval of Engineer in charge in writing is liable to be rejected. Engineer in charge reserves right to get the materials tested in laboratories of his choice before final acceptance. Non standard materials shall not be accepted.

30. Doors and frames shall be procured from specialist firms and name of such agencies shall be got approved from the Engineer in charge well in advance.

31. The construction joints shall the provided in predetermined locations only as decided by Engineer in charge. The cost of shuttering for these construction joints shall be included in item of Concrete work / RCC work and nothing extra shall be payable on this account to the contractor.

Page 37: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 37

PROFORMA OF SCHEDULES

32. The gradation of fine sand to be used in plaster work shall be strictly as per CPWD Specifications 2009, conforming to IS 1542-1977. The plastered surface shall be fairly smooth without any undulation of any kind for applying paint/white wash.

33. No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has to execute the electrical work accordingly.

34. The contractor shall invariably prepare the samples of finishing items i.e. flooring of different types, external & internal finishing i/c colour scheme of paint, tiles in dado, flooring in platforms & staircase, water supply & sanitary fittings and any other item as per direction of Engineer-in-charge. The contractor shall proceed with further finishing items only after getting the samples of these items approved in writing from Engineer-in-charge. In case of construction of residential quarters, one sample quarter complete in all shape for each category, shall be prepared by the contractor and got approved from Engineer-in-charge in writing. The contractor shall be allowed to proceed with further quarters only after getting the sample quarters approved in writing from Engineer-in-charge No extra claim whatsoever beyond the payments due at agreement rates will be entertained from the contractor on this account.

35. The contractor or his authorized representative shall associate in collection, preparation, forwarding and testing of such samples. In case, he or his authorized representative is not present or does not associate him, the results or such tests and consequences thereon shall be binding on the contractor.

36. The contractor shall get the water tested with regard to its suitability of use in the works and get written approval from the Engineer in charge before he proceeds with the use of same of execution of works. If the tube-well water is not suitable, the contractor shall arrange Municipal water or from any other sources at his own cost and nothing extra shall be paid to the contractor on this account. The water shall be got tested at frequency specified in latest CPWD specifications/BIS code.

37. Departmental Issue of Materials:

37.1 The materials shall be issued to the contractor at the place of delivery as mentioned in the Schedule-B during the working hours as per the rules of CPWD stores in force from time to time. If these are delivered at any other place, adjustments on accounts of the difference in cost of cartage shall be affected as per the terms of clause 12 of the contract agreement. The contractor shall however have to cart the materials to the site of work at his cost as soon as these are issued.

37.2 Materials like reinforcing bars, flats, tees, angles, sheets, CI and SCI pipes etc., if contemplated to be issued shall be issued in available sizes and lengths and the contractors shall bear the cost of cutting and shaping them according to the requirements of work. No claim for the wastage on this account shall be entertained.

37.3 The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued by the departments and shall construct suitable godowns, yards at the site of work for storing all materials as to be safe against damage by sun, rain, dampness, fire, theft etc. at his own cost and also employ necessary watch and ward establishment for the purpose, at his own cost. Materials to be charged directly to work and stipulated for issue free of cost shall also be issued to the contractor as soon as those are received at site or at the stipulated

Page 38: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 38

PROFORMA OF SCHEDULES

place of issue. The provision of this para shall apply equally and fully to those as well.

37.4 All materials obtained from the Govt. stores or otherwise on receipt shall be got checked by the Engineer-in-charge of the work or his representations before use.

37.5 Registers for the materials to be issued by the department shall be maintained as required by the Engineer-in-charge and these shall be signed by the contractor or his authorized agent and representative of Engineer-in-charge on each day of transactions.

37.6 Cement bags shall be stored in separate godowns to be constructed by the contractor at his own cost as per sketch (which is only indicative and actual size will depend on the site requirements) given in CPWD specifications with weather proof roofs and walls. Each godown shall be provided with a single shutter door with two locks. The key of one lock shall remain with Engineer-in-charge or his authorized representative and that of the other lock with the authorized agent of the contractor at the site of work so that the cement is issued from the godown according to the daily requirements with the knowledge of both parties and proper account for the same is maintained in the standard proforma.

PROFORMA FOR THE CEMENT REGISTER PARTICULARS OF RECEIPT

Date of

receipt

Quantity received

Progressive total

Date of issue

Quantity issued

Items of work for which

issued

1 2 3 4 5 6

PARTICULARS OF ISSUE

Qty. returned at the end of

the day

Total issued

Daily balance in hand

Contractor's initial

JE‟s initial

Remarks (AE/EE‟s periodical

check)

7 8 9 10 11 12

Separate cement registers showing the receipt of the OPC and PPC shall be maintained at site. The contractor shall construct separate godowns for storage of OPC & PPC at site and nothing extra on this account shall be payable.

37.7 Cement issued shall be for consumption at site only. No cement for factory made items and those not manufactured at site shall be issued.

Page 39: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 39

PROFORMA OF SCHEDULES

GENERAL CONDITIONS

1 The contractor (s) shall inspect the site of work before tendering and acquaint himself with the site conditions and no claim on this account shall be entertained by the department.

The contractor (s) shall get himself acquainted with nature and extent of the work and satisfy himself about the availability of materials from kiln or approved quarries for collection and conveyance of materials required for construction.

2. The 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 of site. However, no claim on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.

3. The tenderer shall see the approaches to the site. In case any approach from main road is required by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost. No payment shall be made on this account.

4. The contractor (s) shall give to the Municipality, Police and other authorities all necessary notices etc. that may be required by law and obtain all requisite Licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on account of these operations in executing the contract. He shall make good any damage to the adjoining property whether public or private and shall supply and maintain light and other illumination on for cautioning the public at night.

5. 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 dangers and incidents caused to existing / new work due to negligence on his part. No hinderances shall be caused to traffic during the execution of the work.

6. The contractor shall provide at his own cost suitable weighing surveying and levelling 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.

7. Contractor shall provide permanent bench marks 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

8. On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings to the Engineer-in-Charge within 30 days of completion of work. These drawings shall have the following information:

a) Run of all piping and their diameters including soil waste pipes & vertical stacks.

b) Ground and invert levels of all drainage pipes together with locations of all manholes and connections upto outfall.

Page 40: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 40

PROFORMA OF SCHEDULES

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

If above said drawings are not submitted by the contractor within the above specified time then final bill will not be paid and Security Deposit shall not be released.

9. The contractor shall submit for the approval of Engineer-in-Charge names of specialized agencies of repute along with their technical capacity proposed to be engaged by him for executing specialized works, who must have executed satisfactorily works of value as specified in mandatory conditions.

10. The works 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 and satisfy himself that the information available thereof is complete and unambiguous. The discrepancy, if any shall be brought to the notice of the Engineer-in-Charge before execution of the work. The contractor alone shall be responsible for any loss or damage executing by the commencement of work on the basis of any erroneous and or incomplete information.

11. The contractor shall take all precautions to avoid accidents by, exhibiting caution boards day and night, speed limit boards, red flags, red light and providing necessary barriers and other measures required from time to time. The contractor shall be responsible for all damages and accidents due to negligence on his part.

12. Other agencies will also simultaneously execute and install the works of electrification, air conditioning, lifts, fire-fighting etc. for this work and the contractor shall provide necessary facilities for the same. The contractor shall leave such recesses, holes openings etc. as may be required for the electric, air-conditioning and other related works (for which inserts, sleeves, brackets, conduits base pinion, clamps etc. shall be supplied free of cost by the department unless otherwise specifically mentioned) and the contractor shall fix the same at time of casting of concrete, stone work & brick work, if required and nothing extra shall be payable on this account.

13. All materials obtained from Govt. stores or otherwise shall be get checked by the Engineer-in-Charge or his any authorized supervisor staff on receipt of the same at site before use.

14. The contractor shall conduct 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.

Page 41: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 41

PROFORMA OF SCHEDULES

15. All Architectural drawings given in the tender other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixings involved unless and otherwise specifically mentioned. However, the work shall be executed in accordance with the drawings duly approved by the Engineer-in-Charge.

16. PROGRAMME CHART

i) The contractor shall prepare an integrated programme 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 fulfilment of the programme within the stipulated period or earlier as indicated in the mile stones under clause 5 of the contract and submit the same for approval to the Engineer-in-Charge within ten days of the award of the contract.

ii) The programmes chart should include the following:-

a) Descriptive note explaining sequence of various activities.

b) Net work (PERT/CPM/BAR CHART)

c) Programme for procurement of materials by the contractor

d) Programme of procurement of machinery/equipment‟s having adequate capacity commensurate with the quantum of work to be done within the stipulated period by the contractor.

19. If appears to the Engineer-in-Charge that the actual progress of work does not conform to the approved programme referred above the contractor shall produce a revised programme showing the modifications to the approved programme to ensure completion of the work within the stipulated time for completion .

20. The submission for approval by the Engineer-in-Charge of such programme 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.

21. If the work is carried out in more than one shift or during night no claim on this accounts shall be entertained.

22. 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.

23. 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.

24. The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard proforma by the Jr. Engineer-in-Charge of

Page 42: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 42

PROFORMA OF SCHEDULES

work and which shall be duly signed by the contractor or his authorised representative.

25. The contractor shall render all help and assistance in documenting the total sequence of this project by way of photography, slides, audio-video recording etc. Nothing extra shall be payable to the contractor on this account. However cost of photographs, slides, audio/videography etc shall be born by the department.

26. The contractor shall be fully responsible for the safe custody of materials brought by him issued to him even though the materials are under double lock key system.

27. The rate of items of flooring is inclusive of providing sunk flooring at bath rooms kitchen etc. and nothing extra on this accounts is admissible.

28. No payment shall be made to the contractor for any damage caused by rain, snowfall, floods, earthquake or any other natural causes whatsoever during execution of work. The damages of the work will be made good by the contractor at his own cost and no claim on this account shall be entertained.

29. 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 their own cost to the notified/specified dumping ground and under no circumstances these shall be stacked/dumped, even temporarily outside the construction premises.

30. The Plinth Level of Building is to be kept as per Architectural drawings. All the items of works such as PCC, RCC, Brickwork and shuttering etc. in foundation upto this plinth level with be measured and paid as the work done upto plinth level. Nothing extra due to higher plinth will be paid and contractors rates quoted for all these items shall, therefore, the deemed to cater for extra height of plinth.

Page 43: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 43

PROFORMA OF SCHEDULES

ADDITIONAL SPECIFICATIONS

1. The work in general shall be executed as per the description of the item, specifications and conditions attached and CPWD specifications 2009, Vol I & II with up-to-date correction slips and instructions of Engineer-in-Charge.

2. The order of preference in case of any discrepancy as indicated in condition No. 8.1 under “Conditions of Contract” give in standard CPWD contract form may be read as the following:

i) Nomenclature of items as per schedule of quantities.

ii) Additional conditions, General Conditions, Additional Specification and Particular Specifications attached with the tender document.

iii) CPWD Specifications 2009, Vol I & II with up-to-date correction slips..

iv) Architectural Drawings.

v) Indian standard specifications of B.I.S.

vi) Sound Engineering Practice.

vii) Decision of Engineer-in-charge.

A reference made to any Indian Standard specification in these documents, shall imply to the latest version of that standard. Including such revision/amendments as issued by the bureau of Indian standard upto last date of receipt of tenders. The contractor shall keep at his own cost all such publications of relevant Indian standard applicable to the work at site.

3. The proposed building is a prestigious project and quality of work is paramount importance. Contractor shall have to engage well experienced skilled labour and deploy modern T&P and other equipment to execute the work. Many items like stone masonry & stone cladding works, stone flooring, structural glazing, PVDF coating aluminium composite panel and other specialized flooring work, Wood work will specially require engagement of skilled workers having experience particularly in execution of such items.

4. Samples of all materials and fittings to be used in the work in respect of brand manufacturer and quality 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. Articles bearing BIS certifications mark shall only be used unless no manufacturer has got BIS mark for the particular material. Any material/fitting whose sample has not been approved in advance and any other unapproved material brought by the contractor shall be immediately removed as soon as directed.

5. The rates for all items of work shall unless clearly specialised otherwise include cost of all labour, material tools and plants and other inputs involved in the execution of the item.

Page 44: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 44

PROFORMA OF SCHEDULES

6. The contractor (s) shall quote all inclusive rates against the items in the schedule of quantities and nothing extra shall be payable for any of the conditions and specifications mentioned. In the tender documents unless specifically specified otherwise.

7. Unless otherwise specified in the schedule of quantities the rates for all items shall be considered as inclusive of pumping/baling out water, if necessary, for which no extra payment shall be made. Those conditions shall be considered to include water from any source such as inflow of flood, surface and sub-soil water etc. and shall apply to the execution in any season.

8. The rate for all items in which the use of cement is involved is inclusive of charges for curing.

9. The foundation trenches shall be kept free from water while works below ground level are in progress.

10. 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).

11. Payment for items of “RCC work”, brick work and concrete work above different floor shall be made at the rates provided for those items. For operation of these rates, the floor level shall be considered as top of the main structural slab in that floor viz. top of RCC slab in main room and not top of any sunk or depressed floor for lavatory slabs.

12. The rate of items of flooring is inclusive of providing sunk flooring in Bath-rooms, kitchen, etc. and nothing extra on this account shall be payable.

13. The SCI/CI pipes and GI pipes wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for this.

14. The contractor shall be responsible of the protection of the sanitary and water supply fittings and other fittings and fixtures against pilferage and breakage during the period of installation and thereafter until the building is handed over.

Page 45: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 45

PROFORMA OF SCHEDULES

PART-B

GENERAL / SPECIFIC CONDITIONS, SPECIFICATIONS AND SCHEDULE OF QUANTITIES APPLICABLE TO MAJOR COMPONENT OF THE WORK.

Page 46: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 46

PROFORMA OF SCHEDULES

1. The contractor shall ensure quality control measures on different aspects of construction including materials, workmanship and correct construction methodologies to be adopted. He shall have to submit quality assurance programme within two weeks of the award of work. The quality assurance programme should include method statement for various items of work to be executed along with check lists to enforce quality control.

2. The contractor shall get the source of all other materials, not specified else where in the document, approved from the Engineer-in-Charge. The contractor shall stick to the approved source unless it is absolutely unavoidable. Any change shall be done with the prior approval of the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost. Similarly, the contractor shall submit brand/ make of various materials not specified in the agreement, to be used for the approval of the Engineer-in-Charge along with samples and once approved, he shall stick to it.

3. The contractor shall submit shop drawings of staging and shuttering arrangement, aluminum work, and other works as desired by Engineer In Charge for his approval before execution. The contractor shall also submit bar bending schedule for approval of Engineer –in – charge before execution.

4. Test Laboratories :

A) Laboratory at site :

The contractor shall establish a testing lab at site and provide testing equipment and materials for the field tests mentioned in the list of mandatory tests given in CPWD specifications 2009 Vol. 1 & 2. Nothing extra shall be payable to him on this account.

The representatives of the department shall be at liberty to inspect the testing facilities at site and conduct testing at random in consultation with Engineer in charge. The contractor shall provide all necessary facilities for the purpose. The laboratory shall be equipped, inter alia, with the following equipments:

a) Balances:

i) 7 kg to 10 kg capacity, semi-self indicating type – Accuracy 10 gm.

ii) 500 gm capacity, semi-self indicating type Accuracy 1 gm.

iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.

b) Ovens- Electrically operated, thermostatically controlled upto 1100C- Sensitivity

c) Sieves: as per IS: 460

Page 47: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 47

PROFORMA OF SCHEDULES

i) IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.

ii) IS Sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing switch assembly.

e) Equipment for slump test- slump cone, steel plate, taping rod, steel scale, scoop.

f) Equipment for concrete testing

i) Concrete cube moulds 15x15x15cm. 18Nos.

ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm 1 No.

iii) Extra Bottom plates for 15cm cube mould 6 Nos.

iv) Standard Vibration table for cubes 1 No

v) Dial gauges 25 mm travel- 0.01 mm/division Least count- 1 No.

vi) Compression testing machine of 100 tonne capacity. 1 No.

Not less than 90% tests for material be performed at site lab with above stated

equipment‟s, however at least 10% testing of materials shall be got done from

external laboratories. However, for the tests to be carried out by the external

laboratories, the contractor shall supply free of charge all the materials required for

testing, including transportation. If the tests which were to be conducted in the site

laboratory are conducted in other laboratories for any the reasons the cost of such

tests shall be borne by the contractor.

B) Other Laboratories :

B1 The contractor shall arrange carrying out all tests required under the agreement through the laboratory as approved by the Engineer-in-Charge and shall bear all charges in connection therewith including charges for testing for all materials except cement for which separate condition is provided in tender document.

C) Sampling of Materials :

C1 Sample of building materials fittings and other articles required for execution of work shall be got approved from the Engineer-in-Charge. Articles manufactured by companies of repute and approved by the Engineer-in-Charge shall only be used. Articles bearing BIS certification mark shall be used in case the above are not

Page 48: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 48

PROFORMA OF SCHEDULES

available, the quality of samples brought by the contractor shall be judged by standards laid down in the relevant BIS specifications. All materials and articles 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.

C2 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.

C3 BIS marked materials except otherwise specified shall be subjected to quality test at the discretion of the Engineer-in-Charge besides testing of other materials as per the specifications described for the item/materials. Wherever BIS marked materials are brought to the site of work, the contractor shall if required, by the Engineer-in-Charge furnish manufacturers test certificate to establish that the material produced by the contractor for incorporation in the work satisfies the provisions of BIS codes relevant to the material and/or the work done.

C4 The contractor shall procure all the materials in advance so that there is sufficient time to testing and approving of the materials and clearance of the same before use in work.

C5 All materials brought by the contractor for use in the work shall be got checked from the Engineer-in-Charge or his authorized representative of the work on receipt of the same at site before use.

C6 The contractor shall be fully responsible for the safe custody of the materials issued to him even if the materials are in double lock and key system.

C7 The Stone aggregate/stone, sand shall be brought from any quarries subjected to the said materials confirm CPWD specifications.

5 The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard proforma by the Jr. Engineer-in-Charge of work and which shall be duly signed by the contractor or his authorised representative.

6 The contractor shall render all help and assistance in documenting the total sequence of this project by way of photography, slides, audio-video recording etc. Nothing extra shall be payable to the contractor on this account. However cost of photographs, slides, audio/videography etc shall be born by the department.

7 The contractor shall be fully responsible for the safe custody of materials brought by him issued to him even though the materials are under double lock key system.

8 Separate cement registers showing the receipt of the OPC and PPC shall be maintained at site. The contractor shall construct separate godowns for storage of OPC & PPC at site and nothing extra on this account shall be payable.

Page 49: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 49

PROFORMA OF SCHEDULES

9 Cement issued shall be for consumption at site only. No cement for factory made items and those not manufactured at site shall be issued.

10 In case there is any discrepancy in frequency of testing as given in the list of mandatory test and that in the individual sub-head of work as per CPWD specification 2009 Vol. 1 & 2 the higher of the two frequencies of testing shall be adopted.

11 Maintenance of Cement Register:

(i) All the register of tests to be 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) The test registers to be issued to the contractor are : a) Materials at site account register.

b) Cement register.

c) Master test registers.

d) Cube test register.

e) Paint register.

f) Inspection register.

g) Drawing register.

(iii) All the entries in the register will be made by the designated engineering staff of the contractor and same should be regularly reviewed by JE/AE/EE.

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

(v) Submission of copy of all test registers, material at site 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.

12 Ultrasonic Pulse Velocity Method of Test for RCC

i) The underlying principle of assessing the quality of concrete is that comparatively higher velocities are obtained when the quality of concrete in terms of density, homogeneity and uniformly is good. The consistency of the concrete as regards its general quality gets established. In case of poorer quality lower velocities are obtained. If there are cracks, voids or flaws inside the concrete which come in the way of transmission of pulse, lower velocities are obtained.

ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and segregation etc. indicative of the level of workmanship employed, can thus be assessed using the guidance given in table below, which have been evolved for characterizing the quality concrete

in structure in term of the ultrasonic pulse velocity.

Page 50: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 50

PROFORMA OF SCHEDULES

Velocity criterion for Concrete Quality Grading

S.

No.

Pulse Velocity by Cross Probing

(Km/Sec.)

Concrete Quality Grading

1 Above 4.5 Excellent

2 4.5 to 3.5 Good

3 3.5 to 3.0 Medium

4 Below 3.0 Doubtful

Note : In Case of “doubtful” quality it may be necessary to carry further tests.

iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test. The acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent” grading are acceptable and below these grading the concrete will not be acceptable.

iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and footing may be tested by UPV test method for establishing quality of concrete. It is suggested that test be conducted on RCC beam near joint with column, on RCC column near joint with beam, on RCC footings and rafts. On RCC rafts a suitable grid can be worked out for determining number of tests. In addition doubtful areas such as honeycombed locations, locations, where continuous seepage is observed, construction joints and visible loose pockets will also be tested.

v) The test results are to be examined in view of the above acceptance criteria “Good” and “Excellent” and wherever concrete is found with less than required quality as per acceptance criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be repaired by grouting using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar ,etc. after chipping loose concrete in appropriate manner. In areas where concrete is found below acceptance criteria and defects are not apparently visible on surface ,injecting approved grout in appropriate proportion using epoxy grout /acrylic Polymer modified cements slurry made with shrinkage compensating cement / plain cement slurry etc will be resorted to for repairs.(refer relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair to concrete will be done till satisfactory results are obtained as per the acceptance criteria by retesting of the repaired area. If satisfactory results are not obtained

Page 51: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 51

PROFORMA OF SCHEDULES

dismantling and relaying of concrete will be done.

1.3.5 The contractor shall supply free of charge the materials required for testing including its transportation cost to testing laboratories. The cost of tests carried out shall be borne by the contractor / Department in the manner indicated below:

(a) By the contractor, if the results show that the material does not conform to relevant codes / particular specification / manufacturer‟s specification. (b) By the Department, if the results show that the material conforms to relevant codes / particular specification / manufacturer‟s specification.

1.3.6 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. 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.

1.3.7 REMOVAL OF REJECTED/SUB-STANDARD MATERIALS

The following procedure shall be followed for the removal of rejected/sub-standard materials from the site of work:

a Whenever any material brought by the contractor to the site of work is rejected, entry thereof should invariably be made in the Site Order Book under the signature of the Assistant Engineer, giving the approximate quantity of such materials.

b As soon as the material is removed, a certificate to that effect shall be recorded by the Assistant Engineer against the original entry, giving the date of removal and mode of removal, i.e., whether by truck, carts, or by manual labour. If the removal is by truck, the registration number of the truck should be recorded.

c When it is not possible for the Assistant Engineer to be present at the site of work at the time of actual removal of the rejected/sub-standard materials from the site, the required certificate should be recorded by the Junior Engineer, and the Assistant Engineer should countersign the certificate recorded by the Junior Engineer.

Page 52: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 52

PROFORMA OF SCHEDULES

1. The contractor shall procure Portland Pozzolana Cement conforming to IS: 1489 (Part-I) as required in the work, from reputed manufacturers of cement, such as A.C.C., Ultratech, Vikram, Shri cement, Ambuja, Jaypee Cement, Century Cement, J.K. Cement or from any other reputed cement Manufacturer having a production capacity not less than one million tonnes per annum as approved by ADG for the sub region. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially.

Supply of cement shall be made in 50 kg. bags bearing manufacturer‟s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of the relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not confirm to the relevant BIS code the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week‟s time of written order from the Engineer-in-Charge to do so.

2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-Charge.

The cement godown of the capacity to store a minimum of 1000 bags of

cement shall be constructed by the contractor at site of work for which no extra

payment shall be made.

3. Double lock provision shall be made to the door of the cement godown. The

keys of one lock shall remain with the Engineer-in-charge or his authorized

representative and the key of the other lock shall remain with the contractor.

The contractor shall be responsible for the watch and ward and safety of the

cement godown. The contractor shall facilitate the inspection of the cement

godown by the Engineer-in-Charge at any time.

4. The cement shall be got tested by the Engineer-in-Charge and shall be used on

the work only after satisfactory test results have been received. The contractor

shall supply free of charge the cement required for testing including its

Page 53: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 53

PROFORMA OF SCHEDULES

transportation cost to test laboratories. The cost of tests shall be born by the

contractor/department in the manner indicated below :

a) By the contractor, if the results show that the cement does not conform to relevant CPWD Specifications / BIS code or specification mentioned else where in the documents.

b) By the department, if the results show that the cement conforms to relevant CPWD Specifications / BIS code or specification mentioned else where in the documents.

5. The actual issue and consumption of cement on work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The

theoretical consumption of cement shall be worked out as per procedure

prescribed in clause 42 of the contract and shall be governed by conditions laid

therein. In case the cement consumption is less than theoretical consumption

including permissible variation, recovery at the rate show prescribed shall be

made. In case of excess consumption no adjustment need to made.

6. The cement brought to site and the cement remaining unused after completion

of the work shall not be removed from site without the written permission of the

Engineer-in-Charge.

7. The damaged cement shall be removed from the site immediately by the

contractor on receipt of a notice in writing from the Engineer-in-Charge. If he

does not do show within three days of receipt of such notice, the Engineer-in-

Charge shall get it removed at the cost of the contractor.

8. The contractor may use OPC in place of PPC only after written permission of

Engineer-in-Charge. In such case, no extra payment shall be made in any form

to the contractor by the Department.

Page 54: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 54

PROFORMA OF SCHEDULES

1. The contractor shall procure TMT bars of Fe 500 D grade from primary steel producers such as SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power Ltd and JSW Steel Ltd or any other producer as approved by CPWD who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0 million tonnes per annum and above.

1.1 TMT bars shall meet the provisions of IS 1786: 2008 pertaining to Fe 500 D grade of steel.

2. The contractor shall have to obtain vouchers and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard in the 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 1.1 and 1.2 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 of written orders from the Engineer-in-charge to do so.

4. The steel reinforcement shall be brought to the site in bulk supply of 20 tonnes or more or as directed by the Engineer-in-charge.

5. The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent distortion & corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

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

Size of bar For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10 mm dia bars

One sample for each 25 tonnes or part

thereof

One sample for each 40 tonnes or part

thereof

10 mm to 16 mm dia bars

One sample for each 35 tonnes or part

thereof

One sample for each 45 tonnes or part

thereof

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

One sample for each 50 tonnes or part

Page 55: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 55

PROFORMA OF SCHEDULES

thereof thereof

7. The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor.

8. The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made.

9. The steel brought to the site and the steel remaining unused shall not be removed from site without the written permission of the Engineer-in-charge

10. Steel bars brought by the contractor for use in the work shall be got checked from the Engineer-in-Charge or his authorized representative of the work on receipt of the same at site before use.

11. In case the contractor brings surplus quantity of steel the same after completion of the work will be removed from the site by the contractor at his own cost after approval of the Engineer-in-Charge.

12. Reinforcement including authorized spacer bars and lappages shall be measured in length of different diameters, as actually (not more than as specified in the drawing) used in the work, nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.

13. The standard sectional weights referred to as in Table 5.4 under para 5.3.4 in CPWD specifications for works 2009 Vol. 1 will be considered for conversion of length of various sizes of MS bars, Tor steel bars and TMT bars into standard weight.

14. Records of actual sectional weight shall also be kept dia-wise & 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.

15. If the derived weight as in para 14 above is lesser than the standard weight as in para 13 above, the derived actual weight shall be taken for payment.

Page 56: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 56

PROFORMA OF SCHEDULES

If the derived actual weight is found more then the standard weight then the standard weight as worked out in para 13 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.

16. Mixing of different type of steel/different grades of steel shall not be allowed in the same structural members as main reinforcement to satisfy clause 26.1 of IS:456.

17. Tolerances on Nominal Mass (individual sample) shall be as under:-

Sl. No. Nominal size mm Tolerances on the Nominal Mass, percentage

1 Upto and including 10 mm -8%

2 Over 10 upto & including 16 mm -6%

3 Over 16 mm -4%

Page 57: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 57

PROFORMA OF SCHEDULES

1 The order of preference in case of any discrepancy as indicated in condition No. 8.1

under “Conditions of Contract” give in standard CPWD contract form may be read as

the following:

i) Nomenclature of items as per schedule of quantities.

viii) Particular specification and special condition, if any.

ix) CPWD specifications.

x) Architectural Drawings

xi) Indian standard specifications of B.I.S.

xii) Sound Engineering Practice

A reference made to any Indian Standard specification in these documents, shall

imply to the latest version of that standard. Including such revision/amendments as

issued by the bureau of Indian standard upto last date of receipt of tenders. The

contractor shall keep at his own cost all such publications of relevant Indian

standard applicable to the work at site.

2 Except for the items, for which particular specifications are given or where it is

specifically mentioned otherwise in the description of items in the schedule of

quantities the work shall generally be carried out in accordance with the “CPWD

specifications 2009 Vol. 1 and Vol. 2 (with upto date corrections slips). (Hereinafter

to be referred to as CPWD specifications) and instructions of Engineer-in-Charge.

Wherever CPWD specifications are silent the latest IS codes/specification shall be

followed.

3 Unless otherwise provided in the Schedule of Quantities/Specifications, the rates

tendered by the contractor shall be all inclusive and shall apply to all heights, lifts,

leads and depths of the work and nothing extra shall be payable to him on account of

the same. Extra payment for centering/shuttering, if required to be done for heights

greater than 3.5 m shall however be admissible at the rates arrived at in accordance

with clause 12 of the agreement, if not already specified.

Page 58: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 58

PROFORMA OF SCHEDULES

4 The proposed building is a prestigious project and quality of work is paramount

importance. Contractor shall have to engage well experienced skilled labour and

deploy modern T&P and other equipment to execute the work. Many items like

stone masonry & stone cladding works, stone flooring, structural glazing, PVDF

coating aluminium composite panel and other specialized flooring work, Wood work

will specially require engagement of skilled workers having experience particularly in

execution of such items.

5 a) The contractor (s) shall inspect the site of work before tendering and acquaint

himself with the site conditions and no claim on this account shall be entertained by

the department.

b) The contractor (s) shall get himself acquainted with nature and extent of the

work and satisfy himself about the availability of materials from kiln or approved

quarries for collection and conveyance of materials required for construction.

6 The 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 of site. However, no claim on the

alleged inadequacy or incorrectness of the soil data shall be entertained.

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

road is required by the contractor, the same shall be made good, improved and

maintained by the contractor at his own cost. No payment shall be made on this

account.

8 The contractor (s) shall give to the Municipality, Police and other authorities all

necessary notices etc. that may be required by law and obtain all requisite Licenses

for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which

may be leviable on account of these operations in executing the contract. He shall

make good any damage to the adjoining property whether public or private and

shall supply and maintain light and other illumination on for cautioning the public at

night.

9 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

Page 59: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 59

PROFORMA OF SCHEDULES

barriers. He shall be responsible for all dangers and incidents caused to existing /

new work due to negligence on his part. No hindrances shall be caused to traffic

during the execution of the work.

10 Contractor shall provide permanent bench marks 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

11 The contractor shall make his own arrangement for obtaining electric connection(s)

if required and make necessary payments directly to the department concerned.

12 Other agencies doing works related with this project may also simultaneously

execute their works and the contractor shall afford necessary facilities for the same.

The contractor shall leave such necessary holes, openings etc. for laying/burying in

the work, pipes cables, conduits, clamps, boxes and hooks for fan clamps etc. as

may be required for the other agencies. Nothing extra over the Agreement rates

shall be paid for doing these.

13 Some restrictions may be imposed by the security staff etc. on the working and for

movement of labour, materials etc. The contractor shall be bound to follow all such

restrictions/instructions and nothing extra shall be payable on account of the same.

14 The contractor shall fully comply with all legal orders and directions of the Public or

local authorities or municipality and adhere by their rules and regulations and pay

all fees and charges for which he may be liable in this regard. Nothing extra shall be

paid/reimbursed for the same.

15 The building work shall be carried out in the manner complying in all respects with

the requirements of the relevant bylaws and regulations of the local body under the

jurisdiction of which the work is to be executed or as directed by the Engineer-in-

charge and nothing extra shall be paid on this account.

16 The contractor shall give a performance test of the entire installation(s) as per

standing specifications before the work is finally accepted by making his own

arrangements for water supply, electricity etc. and nothing extra whatsoever shall

be payable for the same.

Page 60: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 60

PROFORMA OF SCHEDULES

17 If as per local Municipal regulations, huts for labour are not to be erected at the site

of work, the contractor shall be required to provide such accommodation at a place

as is acceptable to the local body and nothing extra shall be paid on this account.

18 It shall be ensured by the contractor that no electric live wire is left exposed or

unattended to avoid any accidents in this regard.

19 The structural and architectural drawings shall at all times be properly co-related

before executing any work. However, in case of any discrepancy in the item given in

the schedule of quantities appended with the tender and Architectural drawings

relating to the relevant item, the former shall prevail unless otherwise given in

writing by the Engineer-in-charge.

20 The contractor shall maintain in perfect condition, all portions executed till

completion of the entire work allotted to him. Where however phased delivery of

work is contemplated these provisions shall apply separately to each phase.

21 The entire royalty at the prevalent rates shall have to be paid by the contractor on

all the boulders, metals, shingle sand etc. collected by him for execution of the

work, directly to the Revenue authority or authorized agents of the State

Government concerned or the Central Government, as the case may be.

22 PROGRAMME CHART

ii) The contractor shall prepare an integrated programme 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 programme within the stipulated period or earlier as indicated in the mile

stones under clause 5 of the contract and submit the same for approval to the

Engineer-in-Charge within ten days of the award of the contract.

ii) The programmes chart should include the following:-

e) Descriptive note explaining sequence of various activities.

f) Net work (PERT/CPM/BAR CHART)

g) Programme for procurement of materials by the contractor

Page 61: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 61

PROFORMA OF SCHEDULES

h) Programme of procurement of machinery/equipment‟s having adequate

capacity commensurate with the quantum of work to be done within the

stipulated period by the contractor.

23 If it appears to the Engineer-in-Charge that the actual progress of work does not

conform to the approved programme referred above the contractor shall produce a

revised programme showing the modifications to the approved programme to

ensure completion of the work within the stipulated time for completion.

24 The submission for approval by the Engineer-in-Charge of such programme 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.

25 If the work is carried out in more than one shift or during night no claim on this

accounts shall be entertained.

26 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.

27 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.

28 The contractor shall bear all incidental charges for cartage, storage and safe

custody of materials issued by department.

29 Any cement slurry added over base surface for continuation of concreting for better

bond is deemed to have been built in the items and nothing extra shall be payable

for extra cement considered in consumption on this account.

Page 62: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 62

PROFORMA OF SCHEDULES

30 The contractor shall take instructions from the Engineer-in-charge for stacking of

materials. No excavated earth or building materials etc. shall be stacked/collected in

areas where other buildings, roads, services, compound walls etc. are to be

constructed.

Any trenching and digging for laying sewer lines/water lines/cables etc. shall be

commenced by the contractor only when all men, machinery‟s and materials have

been arranged and closing of the trench(s) thereafter shall be ensured within the

least possible time.

31 The contractor shall submit for the approval of Engineer-in-Charge names of

specialized agencies of repute along with their technical capacity proposed to be

engaged by him, who must have executed satisfactorily works of value as specified

in mandatory conditions.

i) The works 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 and satisfy

himself that the information available there of is complete and unambiguous. The

discrepancy, if any shall be brought to the notice of the Engineer-in-Charge before

execution of the work. The contractor alone shall be responsible for any loss or

damage executing by the commencement of work on the basis of any erroneous

and or incomplete information.

ii) The contractor shall take all precautions to avoid accidents by, exhibiting caution

boards day and night, speed limit boards, red flags, red light and providing

necessary barriers and other measures required from time to time. The contractor

shall be responsible for all damages and accidents due to negligence on his part.

iii) Other agencies will also simultaneously execute and install the works of

electrification, air conditioning, lifts, fire-fighting etc. for this work and the

contractor shall provide necessary facilities for the same. The contractor shall leave

such recesses, holes openings etc. as may be required for the electric, air-

conditioning and other related works (for which inserts, sleeves, brackets, conduits

Page 63: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 63

PROFORMA OF SCHEDULES

base pinion, clamps etc. shall be supplied free of cost by the department unless

otherwise specifically mentioned) and the contractor shall fix the same at time of

casting of concrete, stone work & brick work, if required and nothing extra shall be

payable on this account.

iv) The contractor shall conduct 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.

v) All Architectural drawings given in the tender other than those indicated in

nomenclature of items are only indicative of the nature of the work and

materials/fixings involved unless and otherwise specifically mentioned. However, the

work shall be executed in accordance with the drawings duly approved by the

Engineer-in-Charge.

32 Samples of all materials and fittings to be used in the work in respect of brand

manufacturer and quality 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.

Articles bearing BIS certifications mark shall only be used unless no manufacturer

has got BIS mark for the particular material. Any material/fitting whose sample has

not been approved in advance and any other unapproved material brought by the

contractor shall be immediately removed as soon as directed.

Unless otherwise specified in the schedule of quantities the rates for all items shall

be considered as inclusive of pumping/baling out water, if necessary, for which no

extra payment shall be made. Those conditions shall be considered to include water

from any source such as inflow of flood, surface and sub-soil water etc. and shall

apply to the execution in any season.

Page 64: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 64

PROFORMA OF SCHEDULES

33 On completion of work, the contractor shall submit at his own cost four prints of “as

built” drawings to the Engineer-in-Charge within 30 days of completion of work.

These drawings shall have the following information:

d) Route of all piping and their diameters including soil waste pipes & vertical stacks.

e) Ground and invert levels of all drainage pipes together with locations of all

manholes and connections upto outfall.

f) Route of all water supply lines with diameters, location of control valves, access

panels etc.

34 Condition regarding secured advance :-

Secured advance shall be admissible only on those bonafide materials which are

likely to be used in the work in a period not exceeding six months from the date of

secured advance payment. If agency fails to use the material (in respect of which

secured advance have been paid) in the work in this specified period of six month,

the said component of secured advance shall be recovered from next running

account bill paid to the agency. Secured advance on the same material shall not be

paid again.

Page 65: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 65

PROFORMA OF SCHEDULES

Page 66: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 66

PROFORMA OF SCHEDULES

Page 67: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 67

PROFORMA OF SCHEDULES

1. EARTH WORK

Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced by the contractor only when all men, machinery‟s and materials have been arranged and closing of the trench(s) thereafter shall be ensured within the least possible time.

2. RCC WORK

The work shall be done as per CPWD specifications.

2.1 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 so less used shall be recovered from the contractor at the rate as specified in schedule „F‟. Decision of the Engineer-in-Charge in regard to the quantity of cement which should have been actually used as per the schedule and recovery at the rate specified shall be final and binding on the contractor.

2.2 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.

2.3 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.

2.4 In case the contractor brings surplus quantity of cement the same after completion of the work will be removed from the site by the contractor at his own cost after approval of the Engineer-in-Charge.

2.5 Cement register for the cement shall be maintained at site.

Cement bags shall be stored in separate godowns to be constructed by the contractor at his own cost as per sketch (which is only indicative and actual size will depend on the site requirements) given in CPWD specifications with weather proof roofs and walls. Each godown shall be provided with a single shutter door with two locks. The key of one lock shall remain with Engineer-in-charge or his authorized representative and that of the other lock with the authorized agent of the contractor at the site of work so that the cement is issued from the godown according to the

Page 68: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 68

PROFORMA OF SCHEDULES

daily requirements with the knowledge of both parties and proper account for the same is maintained in the standard proforma.

PROFORMA FOR THE CEMENT REGISTER PARTICULARS OF RECEIPT

Date of

receipt

Quantity received

Progressive total

Date of issue

Quantity issued

Items of work for which issued

1 2 3 4 5 6

PARTICULARS OF ISSUE

Qty. returned at the end of the day

Total issued

Daily balance in hand

Contractor's initial

JE‟s initial

Remarks (AE/EE‟s periodical

check)

7 8 9 10 11 12

2.6 DESIGN MIX CONCRETE:

The contractor shall be required to submit two separate design mix of concrete with and without using plasticizers, separately. The decision of the engineer-in-charge to specify the design mix of concrete based on above shall be final.

2.6.1 Coarse aggregate: As per CPWD Specifications

2.6.2 Fine Aggregate: As per CPWD Specifications.

2.6.3 Water: It shall conform to requirements laid down in IS: 456 : 2000 and CPWD specifications.

2.6.4 Cement: Cement arranged by the contractor will be PPC (in bags) conforming to IS: 1489-Part-I. If for any reasons, cement other than that specified in this para for example OPC of grade 43 or higher grade is brought to site by contractor, the issue, payments rate as well as the quantity to be used in the design mix concrete will remain unchanged.

2.6.5 Slump: Design slump should be clearly specified in the mix design.

2.6.6 Admixtures shall not be used without approval of Engineer-in-charge. Wherever required, admixtures of approved quality shall be mixed with concrete as specified. The admixtures shall conform to IS: 9103. The contractor shall not be paid anything extra for admixture required for achieving desired workability without any change in specified water cement ratio for RCC/CC work.

Page 69: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 69

PROFORMA OF SCHEDULES

2.6.7 Grade of Concrete : The compressive strength of various grades of concrete shall to be given as below:

Grade

designation

Compressive strength on 15 cm cubes min. 7 days (N/mm2)

Specified characteristic compressive

strength at 28 days (N/mm2)

Minimum cement

quantity (Kg. per cum. Mtr.)

Maximum water

cement ratio

i M 25 As per design 25 As per CPWD specification/

BIS Code

0.50

ii M 30 As per design 30 0.45

iii M 35 As per design 35 0.45

iv M 40 As per design 40 0.40

Note

(i) In the designation of a concrete mix letter M refers to the mix and number to the specified characteristic compressive strength of 15 cm x 15 cm x 15 cm – cube 28 days expressed in N/mm2

(ii) The minimum/maximum cement content for design mix concrete shall be maintained as per the quantity mentioned above. In case where the quantity of cement required is higher than the minimum specified above to achieve desired strength based on an approved mix design extra shall become payable to the contractor.

(iii) Design slump has to be constantly monitored and maintained during placing of concrete through slump tests carried out as per CPWD specification 2009 Vol. 1 for Mortar, Concrete and RCC works, and records maintained accordingly.

2.6.8 The concrete mix design/laboratory tests with and without admixture shall be got done by contractor at his own cost and will be carried out by the contractor through one of the following laboratory/Test houses: (i) IIT Roorkee

(ii) IET Lucknow

(iii) HBTI Kanpur

(iv) AMU Aligarh

(v) NCCBM Ballabhgarh

(vi) IIT Delhi

(vii) Approved Lab/Govt. Engineering Institutions as directed by the Engineer-in-

charge.

The various ingredients for mix design / laboratory tests shall be sent to the test houses through the Engineer-in-Charge and the samples of such aggregate & cement shall be preserved at site by the department

Page 70: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 70

PROFORMA OF SCHEDULES

2.6.9 The contractor shall submit the mix design report from any of above approved laboratory 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 mix design is approved by the Engineer-in-charge. In case of white portland cement and the likely use of admixtures in concrete with PPC/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.

2.6.10 In case of change of source or characteristic properties of the ingredients used in the concrete mix during the work, a revised laboratory mix design report conducted at laboratory established at site shall be submitted by the contractor as per the direction of the Engineer-in-Charge

2.7 APPROVAL OF DESIGN MIX

The mix design for a specified grade of concrete shall be done for a target mean compressive strength Tck=Fck+1.65 s.

Where Fck = Characteristic compressive strength of 28 days

s = Standard deviation which depends on degree of quality control

The degree of quality control for this work is “good” for which the standard deviation (s) obtained for different grades of concrete shall be as below:

Grade of Concrete For “Good” quality of control

M 25 4.00

M 30 5.00

M 35 5.00

M 40 5.00

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

2.8 All cost of mix designing and testing connected therewith including charges payable to the laboratory shall be borne by the contractor.

2.9 The batching plant shall conform to IS: 4925. It shall have the facilities of presetting the quantity to be weighed with automatic cutoff when the same is achieved. Concreting at places may have to be resorted to through concrete pump for which nothing extra shall be paid.

2.10 All other operations in concreting work like Mixing, Slump, Laying Placing of concrete, compaction curing etc. not mentioned in this particular specification for Design Mix of concrete shall be as per CPWD specification.

Page 71: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 71

PROFORMA OF SCHEDULES

2.11 WORK STRENGTH TEST TEST SPECIMEN

Work strength test shall be conducted in accordance with IS: 456 on random sampling. Each test shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three at 28 days.

TEST RESULTS OF SAMPLE

The test result of the sample shall be the average of the strength of three specimen. The individual variation shall not be more than 15 percent of the average. If more, the test results of the sample are invalid. 90% of the total test shall be done at the laboratory established at site by contractor and remaining 10% in the laboratory of CPWD or in any other laboratory as directed by the Engineer-in-Charge.

Lot size

The minimum frequency of sampling of concrete of each grade shall be according to the following:-

Quantity of concrete in the work cubic metre per day

Number of samples.

1-5 1

6-15 2

16-30 3

31-50 4

51 & above 4 + one additional sample for additional 50 cubic metre or part thereof.

Note: At least one sample shall be taken from each shift.

2.12 STANDARDS OF ACCEPTANCE- As per CPWD specifications/IS 456 Code

2.13 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 contractors. However the Engineer-in-Charge may order for additional test (like cutting cores, ultrasonic pulse velocity test, load tests 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.

Page 72: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 72

PROFORMA OF SCHEDULES

2.14 Only MS centering/shuttering and scaffolding material unless & otherwise specified shall be used for all RCC. 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 on approval by the Engineer-in-Charge.

2.15 Necessary arrangements shall be made for field tests and all required equipment‟s shall be arrange by establishing field lab by the Agency for mandatory tests of the materials as specified in CPWD specifications or as per direction of Engineer-in-Charge. No extra payment shall be paid on this account.

3 PRE-CAST RCC WORK

3.1 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, flats 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.

3.2 Pre-cast units shall be clearly marked to indicate the top of member and its locations.

3.3 Pre-cast units shall be stored, transported and placed in position in such a manner that these are not damaged.

4 SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE

4.1 The work of water supply and sanitary installations shall be got executed by the agency as approved by Engineer-in-Charge.

(i) The entire plumbing drawing and sanitary installation drawing/ details shall be submitted by the contractor and got approved by the Engineer-in-Charge before the execution.

(ii) The entire responsibility for the quality of work will however rest with the building contractor only.

4.2 The work of water supply, internal sanitary installations and drainage etc. shall be carried out as per the bylaws of the Municipal Corporation or any other local body and the contractor shall produce necessary completion certificates from such authority after completion of work.

4.3 All water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories etc. shall conform to the bylaws and specifications of the Municipal Body/Corporation where CPWD specifications are not available.

4.4 The contractor shall engage licensed plumbers for the work and the materials (fixtures/fittings) tested by the local Municipal Body/Corporation wherever required at his own cost. Nothing extra shall be paid/reimbursed for the same.

Page 73: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 73

PROFORMA OF SCHEDULES

4.5 The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted by making his own arrangements for water supply, electricity etc. and nothing extra whatsoever shall be payable for the same.

4.6 The work in general shall be carried out as per CPWD specifications. Rate includes all materials, labour and all the operations mentioned in the respective items unless and otherwise specifically mentioned.

4.7 The contractor shall give a satisfactory performance test of the entire installation (s) before the work is finally accepted and nothing extra shall be payable to the contractor on this account.

4.8 The contractor shall be responsible for all the protection of sanitary, water supply fittings and fixtures against pilferage and breakage during the period of installation until the completion / handing over of the work.

4.9 The contractor shall submit completion plans for water supply internal sanitary installations and building drainage work within thirty days of the date of completion. These plans are to be submitted on drawings prepared preferably through computers (1 original copy + 3 photocopies) on suitable scales to show the general arrangement and desired details.

5 WATER PROOFING TREATMENT

The contractor shall associate himself with the specialized firm, to be approved by the Engineer-in-charge in writing, for water proofing treatment for basement/lower ground floor, underground tank and on roofs. Guarantee in the prescribed proforma attached with tender document shall be given by the specialized firm, for a period of 10 years from the date after the maintenance period prescribed in the contract, which shall be counter signed by the contractor as token of overall responsibility. In addition 10% (ten percent) of the cost of water proofing items shall be retained as guarantee to watch the performance of the work done. However half of this retained amount will be released after five years, if the performance of the work done is found satisfactory. If however any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of intimation. In case it is not attended to, the same will be got done by another agency at the risk and cost of the contractor. This guarantee deposit can however be released in full if a bank guarantee of equivalent amount for 10 years is produced and deposited with the department by the contractor.

5.1 The contractor shall associate himself with the specialized firm, to be approved by

the Engineer-in-charge in writing, for water proofing treatment for basement/lower ground floor, underground tank and on roofs.

Page 74: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 74

PROFORMA OF SCHEDULES

5.2 Treatment for roof surface with integral cement based compound (brick coba). This item shall be got executed from specialized agency to be got approved from Engineer-in-Charge. However if work is got done through specialized agency, as approved by the Engineer-in-chrge.

5.3 The brick bats shall be from over burnt bricks. The proprietary water proofing

compound shall bear I.S.I. mark and shall conform to IS: 2645. Before execution of work water proofing compound has to be brought to and a certificate of its conforming to IS code should be produced. The proprietary water proofing compound shall be added at the rate recommended by the specialist firms but not exceeding 3 percent by weight of cement. The Engineer in charge reserve the right to collect the random sample from material brought at site and gets it tested from laboratory of his choice. The material which does not conform to the specification shall have to be removed forthwith by the contractor.

5.4 The finished surface after water proofing treatment shall have minimum slope of 1 in

80. At no point shall the thickness of water proofing treatment be less than 65mm. 5.5 While treatment of roof surface is done, it shall be ensured that the outlet drain

pipes have been fixed and mouths at the entrance have been eased and rounded off properly for easy flow of water.

5.6 The surface where the water proofing is to be done shall be thoroughly cleaned with

wire brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface shall be treated with neat cement slurry admixed with proprietary water proof compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be applied at the junction of parapet and terrace slab including the vertical face of the parapet.

5.7 After the slurry coat is laid, layer of over burnt brick bats shall be laid in cement

mortar of mix as specified by specialist firm but not leaner than 1:5 ( 1 cement : 5 coarse sand) admixed with proprietary water proofing compound to required gradient and joints filled to half the depth. The bricks bat layer shall be rounded at the junction with the parapet and tapered towards top for a height of 300mm. Curing of this layer shall be done for 2 days.

5.8 After curing the surfaces shall be applied with a coat of cement slurry admixed with

proprietary water proofing compound. 5.9 Joints of bricks bat layer shall be filled fully with cement mortar of mix as specified

by the specialist firm but not leaner than 1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing compound and finally top finished with average 20 mm thick layers of cement mortar 1:4 (1 cement : 4 coarse sand) and finished smooth with cement slurry mixed with proprietary water proofing compound. The finished surface shall have marking of 300x300 mm false squares to give the appearance of tiles.

5.10 Curing of water proofing treatment shall be done for a minimum period of two weeks by flooding the water by making kiaries etc.

Page 75: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 75

PROFORMA OF SCHEDULES

5.11 MESUREMENTS : The measurements shall be taken for plan area of terrace only.

Length and breadth shall be measured correct to one centimeter and area shall be worked out to nearest 0.01 sqm. No deduction in measurements shall be made for either opening or recesses for chimneys, stacks, roof lights and the like of areas up to 0.10 sqm nor anything extra shall be paid for forming such openings. For similar areas exceeding 0.10 sqm, deductions will be made in measurements for full openings and nothing extra shall be paid for making such opening.

5.12 Rates : The rate shall include the cost of all labour and materials involved in all the

operations described above. GUARANTEE BOND Ten Years Guarantee bond in prescribed Performa attached at Annexure-III

herewith 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.

Five percent of the cost of water proofing work shall be retained as security

deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven 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.

However, the security deposit deducted may be released in full against bank

guarantee of equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.

The Security deposit against this item of work shall be in addition to the security

deposit mentioned elsewhere in contract form. 6.0 SPECIFICATIONS FOR WATER SUPPLY, SEWERAGE AND DRAINAGE 6.1 GENERAL The scope of work comprises supply, laying, installation, commissioning and testing

of water supply, sewerage and drainage works including sanitary fixtures and fittings. These works shall be executed as per the specifications of items attached and CPWD specifications 2009 Volume I & II with up-to-date correction slips up to the date of tender notice.

All the water supply and sanitary works shall be carried out by the licensed

plumbers approved by the local authorities and skilled workman experienced in the trade. No work shall be covered without approval of the client.

Page 76: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 76

PROFORMA OF SCHEDULES

All the works shall be completely concealed either within shafts or chases or in fills and dropped ceilings, unless specifically shown in drawings or required otherwise.

All the works shall be adequate protected against corrosion, so that the whole work

is free from damage throughout. The contractor shall be responsible for coordinating the work with works of other

trades sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses etc shall be left in time as the work proceeds whether or not these are shown in drawings.

The contractor shall submit as directed by the Engineer-in-charge, samples

manufacture‟s drawings, equipment characteristics and capacity data etc. of all the equipment, accessories, devices etc. that he proposes to use in the installation to the Engineer-in-charge for approval.

Before the work is handed over, the contractor shall clean all fixtures removing all

plaster, stickers, rust stains and other foreign matter, leaving every part in acceptable condition and ready for use to the satisfaction of the Engineer-in-charge.

All sanitary wares and fittings shall conform to IS standards. The contractor shall

submit samples of all fittings and fixtures proposed to be used to the Engineer-in-charge for his approval. The approved samples shall remain with the Engineer-in-charge till the completion of the work.

All the workmanship shall confirm to Indian Standard Codes of practice. The fixing

and finishing shall be neat true to level and in plumb. Manufacturer‟s instruction shall be followed closely regarding installation and commissioning.

All fixtures shall be protected throughout the progress of the work from damage.

Special care shall be taken to prevent damage and scratching of the fittings. Tool marks on exposed fixtures shall be removed with hot water only at the final completion of work.

All fixtures and accessories shall be fixed in accordance with a set pattern matching

the tiles or interior finish as per architectural requirements. Wherever necessary the fittings centered to dimensions and pattern desired.

6.1.1 The work of water supply and sanitary installations shall be got executed by the agency as approved by Engineer-in-Charge.

(ii) The entire plumbing drawing and sanitary installation drawing/ details shall be submitted by the contractor and got approved by the Engineer-in-Charge before the execution.

(iii) The entire responsibility for the quality of work will however rest with the building contractor only.

Page 77: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 77

PROFORMA OF SCHEDULES

6.1.2 The work in general shall be carried out as per CPWD specifications. Rate includes all materials, labour and all the operations mentioned in the respective items unless and otherwise specifically mentioned.

6.1.3 Vitreous China sanitary fittings, procured from producer of firms Neycer, Hindustan, Cera , Parryware shall only be used subject to approval of samples by the Engineer-in-Charge unless otherwise specified in the items.

6.1.4 CP Brass pillar taps, bib cocks, flush valves angle etc. shall be of make Gem/Jaguar / Kingson or equivalent as per sample approved by the Engineer-in-Charge. CP Brass bib cock/stop cock shall be fixed with heavy duty CP flange.

6.1.5 SCI, CI Pipes and it fittings shall conform to the BIS specification wherever required and making good the same for which nothing extra shall be paid.

6.1.6 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.

6.1.7 The SCI pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs of approved quality and nothing extra shall paid for on this account.

6.1.8 The contractor shall give a satisfactory performance test of the entire installation (s) before the work is finally accepted and nothing extra shall be payable to the contractor on this account.

6.1.9 Sensor operated flush valves shall be of make “AOS” or “ASRA” or equivalent.

6.1.10 P or S and floor traps (long arm upto 90 cm length or more) in WCs shall be of deep seal type of RIF make or equivalent and shall have a minimum water seal of 75 mm. Floor traps (long arm upto 90 cm length or more) shall have a minimum water seal of 50 mm.

6.1.11 The contractor shall be responsible for all the protection of sanitary, water supply fittings and fixtures against pilferage and breakage during the period of installation until the completion / handing over of the work.

6.1.12 The pig lead to be used in jointing 100 mm, 75 m , 50 mm SCI pipe joints shall not be less than 0.98 kg, 0.88 kg and 0.77 kg per joint respectively. A variation of 5% is allowed on higher side. However in case of variation on lower side, the quantity of

6.1.13 pig lead less used shall be recovered from the contractor at market rate to be determined by the Engineer-in-Charge whose decision in the matter shall be final.

6.1.14 The contractor shall submit completion plans for water supply internal sanitary installations and building drainage work within thirty days of the date of completion. These plans are to be submitted on drawings prepared preferably through computers (1 original copy + 3 photocopies) on suitable scales to show the general

Page 78: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 78

PROFORMA OF SCHEDULES

arrangement and desired details in case the contractor fails to submit the completion plans as aforesaid security deposit shall not be released.

6.2 INSPECTION AND TESTING Inspection and testing of water supply installations shall be carried out as per

Section 1, Part IX of National Building Code of India 2005 with up to date amendments.

Inspection and testing of sewerage and drainage installations shall be carried out as

per Section 2, Part IX of National Building Code of India 2005 with up to date amendments.

6.3 GUARANTEE BOND Ten years guarantee bond in prescribed Performa attached at Annexure-II

herewith shall be submitted by the contractor which shall also be signed by both the specialist agency and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility shall rest with the building contractor.

5% (Five percent) of the cost of water supply and sanitary installation work

shall be retained as security deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory , if any defects like leakage and manufacturing defects etc. is noticed during the guarantee period, it shall be rectified by the contractor within seven days of the 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 the contractor.

However, the security deposit deducted may be released in full against bank

guarantee of equivalent amount in favour of Engineer-in-charge, if so decided by the Engineer in charge.

The Security deposit against this item of work shall be in addition to the security

deposit mentioned elsewhere in contract form. 7.0 ROAD WORK

Road work shall conform to CPWD specification 2009, in case the same is not available in CPWD specification or if required as per item, the MORTH specifications for roads and bridges 2001 shall be followed.

8.0 A. Specification for Random Rubble Masonry 8.1 Scope : This specification covers materials joints, laying and

Page 79: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 79

PROFORMA OF SCHEDULES

mode of measurement of Random Rubble Masonry. 8.2 Materials : Stones: The stone shall be the type specified such as

granite, trap, limestone, sand stone, quartztic etc. and shall be obtained from the quarries, approved by the Engineer in charge. Stone shall be hard, sound durable and free from weathering decay and defects like cavities, cracks , flaws, sand holes, injurious veins, patches of loose or soft material and other similar defects that may adversely affect its strength and appearance. As far as possible. Stones shall be of uniform colour, quality or texture. Generally stone shall not contain crypts crystalline silica or chart, mica and other deleterious materials like iron-oxide organic impurities etc.

Stone with round surfaces shall be not is used. The compressive strength of common types of stones

shall be as per Table I and the percentage of water absorption shall generally not exceed 5% for stones other than specified in Table-I for literate this percentage is 12%.

Table-I

Type of stone Maximum Water absorption percentage by weight

Minimum compressive strength Kg/Sq cm

Granite 0.50 1000

Basalt 0.50 400

Lime Stone (Slab & Tiles)

0.15 200

Sand Stone (Slab & Tiles)

2.50 300

Marble 0.40 500

Quartzite 0.40 800

Laterite (Block) 12.00 35

Note 1 : Test for compressive strength shall be

carried out as laid down in IS: 1121 (Part-I)-1974

Note : Test for water absorption shall be carried out as laid down in IS : 1121-1974

(a) Dressing : The stone shall be merely knocked off at

the sharp and irregular corns, edges and wherever necessary for lifting well into the work.

No bushing exceeding 20mm shall be allowed on the face. The quoins shall be neatly dressed to form the required angle (i.e. at jambs and corners).

Page 80: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 80

PROFORMA OF SCHEDULES

(i) Bond Stone : The stones shall not be less than 400 sq. cm in cross sectional area at any point and shall run right through the for wall up to 60 cms and in case the wall thickness exceeds 60 cms a line of two or more bond stone shall be laid from face to back overlapping each other by 15cms minimum, the length of such bond stones shall be at least 50cms.

(ii) Face stones : At least 25% stone shall be headers tailing into the work at least 2/3rd the thickness of wall or full thickness of wall for walls 30 cms and less in thickness. Such stones shall be not be less than 200 sq. cms in cross section.

(iii) Hearting and backing : Where hearting can accommodate a fair proportion of the stones used in the hearting shall be of large size 25% of them shall exceed 0.01 cum. in content.

(iv) Quoins : The quoins shall be at least 30 cms in average length and 0.01cum in content and laid alternately as headers and stretchers, out of then stone at course not exceeding 1 meter centre to centre , shall be provide with a minimum length of 50cms and cross-sections 200 sq. cm (Size of bond specified above) on each exposed face.

(v) Jamb Stones : The jambs shall be made with stones specified for quoins except that the stone which were required to be provided at 1 metre centre to centre on both the exposed faces shall here be provided only on the jamb and the length shall be equal to the thickness of the wall for wall up to 60cms and a line of headers shall be provided for walls thicker than 60 cms as specified for bond.

8.3 Courses : The masonry shall be carried out in regular courses of height not exceeding 50 cms and masonry on any day will not be raised more than 60 cms in height when using mortars having compressive strength less than 20 kg/sq. cm at 28 days and 100 cms when using mortars exceeding this strength.

No attempt shall be made to level up the masonry at each course by the use of thin stones.

8.4 Thickness of Joints

: The Joints shall not exceed 30mm at any point on the face. Clips of the stones and spells shall be wedged into the face beds and joint to avoid excessive bed and joint thickness.

8.5 Laying : Stones shall be laid on their natural bed and shall be solidly bedded full in mortar with close joints, chips of stone spells be wedged into the work wherever necessary. No dry work or hollow spaces shall be allowed and every stone whether large or small shall be carefully selected to fit snugly the intersties between the large stones. Masonry shall be built

Page 81: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 81

PROFORMA OF SCHEDULES

breaking joints in all the three directions. Bone stones and headers shall be properly laid into the work and shall be marked by the contractor with white lead paint. The bond stones shall be provided at the rate of two bond stones per square metre of face area.

8.6 Raking out joints : All the joints on the faces to be pointed or plastered shall be racked out with racking tool to a depth of 20mm while the mortar is still green.

8.7 Mortar : The mortar used for joining shall be as specified. 8.8 Scaffolding : Single scaffolding having one set of vertical supports

shall be sound and strong, tied together by horizontal pieces, over which the scaffolding planks shall be fixed. The inner end of the horizontal scaffolding member may rest in a hole provided in the masonry. Such holes however, shall not be allowed in pillars under one metre in width or near the skew back of arches. The holes left in masonry work for supporting scaffolding shall be filled and made good with cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 Stone aggregate 20 mm nominal size).

8.9 Protection : Green work shall be protected from rain by suitable covering. The work shall also be suitable protected from damage, mortar dropping and rain during construction.

8.10 Curing : Masonry work in cement or composite mortar shall be kept constantly moist on all faces for a minimum period of seven days. In case of masonry with fat lime mortar curing shall for at least seven days thereafter.

8.11 Measurement : The work shall be measured by volume and the unit shall be cubic metres.

Walling curved on plan to mean radius not exceeding 6 m shall be measured separately inclusive of all cuttings waste and templates. Walling curved on plan to mean radius exceeding 6m shall be included with the general walling and shall be measured net only.

No deductions or additions on any account shall be made for :-

(i) Opening up to 500 sq. cm. in cross section (in calculating this area the size of the openings include any separate lintel or still but not extra width of rebated reveals if any).

(ii) Ends of dissimilar materials (i.e. joints rafters, girders, purloins, trusses etc.) up to 500 sq. cm. in cross section.

(iii) Bearings of chajjas, slabs, steps, shelves etc. when the bearings are not paid for the respective items.

8.12 Rate : The rate shall include the cost of materials and labour required for all the operations described above and

Page 82: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 82

PROFORMA OF SCHEDULES

shall include the following : Ranking out joints for plastering or pointing done as a

separate item, or finishing flush as the work proceeds. Preparing tops and sides of existing walls for raising and extending. Rough cutting and waste forming gables cores, skew backs or spandrels of arches, splays at eaves and all rough cutting in the body of walling unless otherwise specified. Bond stones or cement concrete bond blocks. Leading and making holes for pipes etc. Bedding and pointing wall plates, lintels, and sills etc. in or on walls, bedding roof tiles and corrugates sheets in or on walls. Building in ends of joints, beams, lintels etc.

B. Specification for Coursed Rubble Facing Masonry

1 Scope : This specification covers materials, joints, laying and mode of measurement

of coursed rubble facing masonry. 2. Materials : As per specification for Random Rubble Masonry. 3. Size of Stones : (i) No dressed up stone shall be less in length and breadth than its heights. At least 25%

stones shall be headers tailing into the work at least 2/3rd the thickness of wall or full thickness of wall for walls 30 cms and less in thickness. Such stones shall be evenly distributed over the entire face.

(ii) The quoins shall also be of the same height as the courses in which they occur and at least 50 cms. in length.

(iii) The jambs shall be made with stones specified for quoins except that the length of stone in alternate course shall be equal to the thickness of the wall for walls up to 60 cms.

4. Dressing of Stones : (a) Exposed face of stones shall be brought to near rectangular shape. (b) The bushing on exposed surfaces of the stones on outer surface of external walls

shall not exceed 2 cm. (c) Stones required to be used on outer surface of external walls; shall be dressed before

use in construction. (d) The beds and joints of exposed of stones on outer surface of external walls other than

quoins shall be hammer dressed at least for a distance of 4 cms from the face to be square with the exposed faces. No rough tooling or chisel drafting would be required. The depth of gap between the surfaces of sides and bed joints and straight edge held against them shall not be more than 10 mm.

(e) (i) The beds and joints of quoins & jambs shall be hammer dressed for a distance of at

least 8 cms. from the face to be square with the exposed faces and with each other. The depth of gap between the surfaces of sides & beds joints and straight edge held against them shall not be more than 10mm.

Page 83: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 83

PROFORMA OF SCHEDULES

(ii) No rough tooling & chisel drafting would be required on the edges of the quoin & jamb

stones except on the corner edge defining the angle of the quoins & jambs. The corner edge defining the angle of the quoins & jambs shall have 2.5 cm wide two line chisel drafting on both of the angle.

(f) Masonry work shall be executed from exposed (outer) side of wall. 5. Courses : The stones shall be laid in courses not less than 15 cms. in height. All the

courses shall be of the same height. When otherwise approved no course shall be thicker than any course below it. Only one stone be used in the height of the course.

6. Thickness of Joint : (i) The exposed face joints shall be more or less uniform in thickness and thickness of

any joint shall not exceed 20 mm. (ii) Stones on outer side of wall shall be arranged suitably to stagger the vertical joints

and overlapping of vertical joints shall be avoided. 7. Hearting and Interior Face : The hearting and interior face shall be done in Random

Rubble Masonry, By virtue of doing coursed rubble facing on external face of size of stones used and their dressing is carried out other than specified in the Random Rubble Masonry on internal face, even than nothing extra shall be paid over and above, the item of Random Rubble Masonry for internal face.

8 Laying : Each stone shall be laid in the work on its natural bed. Stones shall be

thoroughly wetted before laying when mortar used contains cement. The stones shall be laid full in mortar. The face work, hearting and interior face work shall be brought up simultaneously but no attempt should be made to level up the Random Rubble Masonry at each step by the use of chips. The masonry shall be carried truly in plumb and square. The courses shall be horizontal and joints vertical.

9 Raking out Joints : As per specification for Random Rubble Masonry. 10 Mortar : As per specification for Random Rubble Masonry. 11 Scaffolding : As per specification for Random Rubble Masonry. 12 Protection : As per specification for Random Rubble Masonry. 13 Curing : As per specification for Random Rubble Masonry. 14 Measurement : (a) The work shall be measured as RR Masonry for the full thickness of walling in cum

and coursed stone facing masonry measured in square metres only over the exposed external face of the wall which includes the additional work of dressing wastage of material and extra cost of facing stone, if necessary.

(b) Walling curved on plan to mean radius not exceeding 6m shall be measured separately inclusive of all cuttings waste and templates. Walling curved on plan to mean radius exceeding 6m shall be included with the general walling and shall be measured net only.

Page 84: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 84

PROFORMA OF SCHEDULES

(c) No deductions or additions no any account shall be made for : (i) Opening up to 500 sq. cm. in cross section (In calculating this area the size of the

openings include any separate lintel or still but not the extra width of rebated reveals if any.)

(ii) Ends of dissimilar materials (i.e. joists, beams, rafters, girders, purloins, trusses etc.) up to 500 sq. cm. in cross section.

1 Rate :

The rate shall include the cost of materials and labour required for all the operations described above.

GUARANTEE BOND FOR STONE WORK:

All types of Stone work shall carry five years guarantee to be reckoned from the date after the expiry of maintenance period prescribed in the contract of the work against faulty workmanship, finishing, unsound materials, structural unstability and other related problems as per guarantee bond Performa attached in this tender document on Annexure-I.

Five years guarantee in prescribed proforma attached must be given by the contractor in token of his overall responsibility. 10% (Ten Percent ) of the cost of stone work would be retained as guarantee to the performance of the work done. The guarantee against this item of work shall be in addition to the security deposit mentioned elsewhere in the contract form. If any defects or deficiencies are noticed during the guarantee period, the same shall be rectified by the contractor within seven days of issue of the written notice by the Engineer-in-charge, failing which the defects/deficiencies would be got removed by the Engineer-in-charge from another agency at the risk and cost of the contractor. However this amount of the guarantee can be released in full, if bank guarantee of equivalent amount for the required period is produced and deposited with the department.

9.0 Specification of Aluminum Work

Aluminum work under SH : “aluminum work” of tender document shall be got executed from specialized agency. The specialized agency for the aluminum work shall be got approved from the Engineer - in - Charge, well before actual commencement of the item of work. Necessary performance certificates in respect of agencies proposed to be engaged shall be submitted 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 Chief Engineer. Specifications for Aluminum Door, Window, Ventilator:

9.1 : Extent and Intent :

The work shall be carried out through an approved specialist contractor who shall furnish all materials, labour, accessories equipment tool & plant, incidental. Required for providing and installing anodized aluminum door, windows, claddings, louvers and other items as called for on the drawings. The drawings

Page 85: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 85

PROFORMA OF SCHEDULES

and specifications cover the major requirement only. The supplying of additional fastenings, accessory features and mentioned specifically herein but which are necessary to make a complete installation shall be a part of the contract.

9.2 : General : Aluminum doors, windows etc. shall be of sizes, section detail as shown on the drawings. The details shown on the drawings indicate generally the sizes of the components parts and general standards. These may be varied slightly to suit the standards adopted by the manufacture. Before proceeding with any manufacturing, the contractor shall prepare and submit complete manufacturing and installation drawings for approval of Engineer-in-Charge and no work shall be performed until the approval of these drawings is obtained.

9.3 : Shop Drawings :

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

9.4 : Samples : Samples of doors, windows, louvers etc. shall be fabricated assembled and submitted to the Engineer-in-Charge for his approval. They shall be of sizes, types etc. as decided by Engineer-in-Charge. All samples shall be provided the cost of the contractor.

9.5 : Sections : Aluminum doors and windows shall be fabricated from extruded section of profiles as detailed on drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-Charge. The aluminum extruded section shall conform to IS designation 63400-WP(HV9WP old designation) with chemical composition and technical properties as per IS : 733 and 1285. The permissible dimensional tolerance of the extruded sections shall be such as not to impair the proper and smooth function / operation and appearance of doors and windows.

9.6 : Fabrications : Doors, window etc. shall be fabricated to sizes as shown at factory and shall be of section, sizes combinations and details as shown in the Architectural drawings, all doors, windows etc. shall have mechanical joints. The joints shall be designed to withstand a wind load of 150 kgs. per sqm. the design shall also ensure that the maximum deflection of any member shall be accurately machined and fitted to form hairline joints prior to assembly. The joint and accessories such as cleats brackets, etc. shall be of such materials as not to cause any bi-metallic action, the design of the joints and accessories shall be

Page 86: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 86

PROFORMA OF SCHEDULES

such that the accessories are fully concealed. The fabrication of doors, windows etc. shall be done in suitable sections to facilitate easy transportation, handing and installation. Adequate provision shall be made in the door and windows members for anchoring to support and fixing of hardware and other fixture as approved by the Engineer-in-Charge.

9.7 : Anodizing :

All aluminum sections shall be anodized as per IS : 7088 and to required colour as specified in the item as per IS : 1868 grading, after cutting the members to requisite sizes. Anodizing shall be to the specified grade with minimum average thickness of 15 microns when measured as per IS : 6012. The anodic coating shall be properly sealed by steams or by boiling in deionized water or cold sealing process as per IS : 1868 / IS : 6057. Polythene tape protection shall be applied on the anodized sections 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 shall be borne by the contractor.

9.8 Powder Coating: The powder used for powder coating shall be polyester powder made by Berger or Jenson& Nicholson or equivalent. The thickness of powder coating shall not be less than 60 micron at any point measured with micrometer.

9.9 : Protection of Finish :

All aluminum members shall be wrapped with approved self-adhesive non-staining PVC tapes.

6.10 : Handling and Stacking : 9.10.1 Fabricated materials shall be carted 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 materials at site, they 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.

9.10.2 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. Unit may be serial numbered and identified as how to be assembled in their final location of situation so warrants.

9.10.3 Where aluminum comes into contact with masonry brick work / concrete / plaster

or dissimilar metals, it shall be coated with approved insulation lacquer paint or plastic tape to ensure that electro chemical corrosion is avoided. Insulation materials shall be trimmed off to clear flush line on completion.

9.10.4 Silicon Sealant :

The peripheral gaps between plastered faces / RCC and aluminum sections

Page 87: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 87

PROFORMA OF SCHEDULES

shall be sealed both from inside and outside to make the windows watertight. Gaps up to 10mm between the peripheral aluminum member and masonry / RCC / Stone shall be sealed by inserting. Backer Rod manufactured by HT TROPLAST or Supreme Industries and by application of weather silicon / sealant of DOW corning / GE silicon make.

9.10.5 The contractor shall be responsible for assembling composite, bedding set

straight plumb, level and for their satisfactory operation after fixing is complete. 9.11 : Installation : 9.11.1 Just prior to installation the doors, windows etc. shall be uncrated 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 electrical drill.

9.11.2 The doors windows assembled as shown on drawings shall be placed in correct

final position in this 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 then the opening and laid aside. Neat holes with parattle sides of appropriate size shall then be drilled in the concrete members with an electric drill at the marking to house the expansion bolts. The expansion bolts shall then be inserted in the holes, struck with a light hammer till the nut is forced into the anchor shall. The frame shall then be placed in final position. In the opening and anchored to the support through cadmium plated machine screws of required sized 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 meeting points of glazing bars and frames.

9.11.3 : Neoprene Gaskets : The E.P.D.M. gasket of suitable profile as manufactured by HANU

INDUSTRIES, ANNAND LESCUYER make shall be provided at all required positions to make the glazing airtight. The contractor shall provide and install 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 submit samples of the gaskets for approval and procure after approval only.

9.11.4 : Fittings : The contractor shall cut the floor properly with stone cutting machine to exact

size and shape. The spindle of suitable length to accommodate the floor finish shall be used. The contractor shall give the guarantee duly supported by the company for proper functioning of floor springs at least for 10 years.

Hinges, stays handles, tower bolts, locks and other fittings shall be of quality and manufacturer as approved by the Engineer – in – Charge.

Page 88: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 88

PROFORMA OF SCHEDULES

9.12 : Manufacture's Attendances :

The manufacture immediately proper to the commencement of glazing shall adjust and set all windows and doors and accept responsibility for the satisfactory working of the opening frames.

9.12 : Details of Test : 9.12.1 The various tests on aluminum sections shall be conducted in accordance with

the relevant IS codes. 9.12.2 The minimum number of each unit of doors / windows shall be selected at

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

S. No. Details No. of Tests

1. Doors, Windows & Ventilators 5% of Nos. manufactured.

9.12.3 The sample of major member of each unit of doors / windows shall be selected

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

9.12.4 The cost of sample, carriage of the samples shall be borne by the contractor.

Testing charges shall be born by department, but if samples fails in testing, complete cost of testing charges shall be born by the contractor.

9.13 : Acceptance Criterion : The aluminum sections shall conform to the provisions of the relevant items. For

payment purpose only actual weight of sections shall be taken into account. If however, the sectional weight of any aluminum section is higher than the permissible variation then the weight payable shall be restricted to the weight of the section including permissible variation.

9.14 : Measurement : Payment by weight shall be made for aluminum sections including beading only

and all fixing angles cleats fittings and fixtures such as handles and hinges etc., shall not be included in the weight to be paid.

9.15 : Rates :

The rates of the items shall include the cost of all materials, labors and inputs required in all the above operations.

10 FLOORING

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 samples of flooring,

Page 89: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 89

PROFORMA OF SCHEDULES

dado & skirting as per approved pattern shall be prepared & got approved from the Engineer-in-charge before execution of work.

11 WOOD WORK 11.1 The samples of species of timber to be used shall be got approved and deposited

by the contractor with the EE before commencement of the work. The contractor shall produce cash vouchers and certificates from kiln seasoning or/and chemical treatment plants about the timber section to be used on the work having been kiln seasoned or/and chemically treated by them.

11.2 Factory made shutter as specified shall be obtained from factories as per list given

in Annexure-V or form any other factory to be approved by the Engineer in charge. The contractor shall inform well in advance to the Engineer in charge the names and address of the factory from where the contractor intends to get the shutters manufactured. The contractor will place order for manufacture of shutters only after written approval of the Engineer in charge in this regard is given. The contractor is bound to abide by the decision of the Engineer in charge and recommend a name of another factory from the approved list in case the factory already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will however be accepted only if this meet the specified tests. The contractor will also arrange stage wise inspection of the shutters at factory of the Engineer in charge or his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer in charge in part or in full lot due to bad workmanship / quality even after inspection of factory. Such shutters will not be measured and paid and the contractor shall remove the same from the site of work within 7 days after the written instruction in this regard are issued by Engineer in charge or his authorized representative.

12 STEEL WORK 12.7 The rate of T- angle iron frame shall include the following.

(a) M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames vertical in correct position. The sill / tie shall be embedded in floor concrete. No tie is necessary for window frames.

(b) Each T – iron frame for doors shall have 4 Nos. M.S. lugs 15x3mm, 10 cms

long welded to each vertical member of the frame. (c) M.S. flat 6 x 25mm , 100mm long having threaded holes (No. of flats shall

correspond to the no. of butt hinges to be fixed to door / window shutters) shall be welded at appropriate places at the back of the T-iron frames for fixing the required butt hinges to the frame with machine screws.

12.8 All welded structural steel work shall be tested for quality of weld as laid down in IS

822-1970 before actual erection if required.

Page 90: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 90

PROFORMA OF SCHEDULES

13 VARIATION IN CONSUMPTION OF MATERIALS

13.1 The pig lead for caulking of joints of SCI pipes shall be used as per the theoretical consumption for SCI pipes of sizes 100mm, 75mm, 50mm at 0.98Kg, 0.88 Kg and 0.77Kg. per joint respectively. Over and above the theoretical quantities of lead as worked out a variation of 5% shall be allowed for wastage etc. Any difference between the actual consumption of pig lead and the theoretical consumption worked out on the above basis shall be recovered at double the issue rate. Where the pig lead is arranged by the contractor, also a variation of 5% shall be allowed. In case the variation is on the lower side, the quantity of pig lead used less shall be recovered from the contractor at market rate to be determined by the Engineer-in-charge whose decision in this matter shall be final.

13.2 The theoretical quantity of cement to be utilized in item of concrete involving use of single aggregate and mixed by volume batching shall be computed on the basis of the coefficient for cement to be used in different item of the work provided in DSR reducing each of the co-efficient by 5%. However, where the concrete is mixed by weight batching no such reduction shall be made from theoretical co-efficient given in DSR 2014 for concrete with crushed stone aggregate.

Page 91: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 91

PROFORMA OF SCHEDULES

LIST OF MACHINERY, TOOLS & PLANTS TO BE DEPLOYED BY THE CONTRACTOR AT SITE AS & WHEN REQUIRED

Sl. No.

Name of Equipment Numbers

1 Excavators (various sizes) 1 No.

Equipment for hoisting & lifting

1 Tower Crane or Builder’s hoist (Desirable) Nil.

Equipment for Concrete work

1 Automatic Concrete batching plant of sufficient capacity as per direction of Engineer-in-Charge

1 No.

2 Concrete pump (Desirable) 1 No.

3 Concrete transit mixer 1 No.

4 Concrete mixer (diesel) 1 Nos.

5 Concrete mixer (electrical) 1 Nos.

6 Needle vibrator (electrical) 2 Nos.

7 Needle vibrator (petrol) 2 Nos.

8 Surface vibrator 2 Nos.

Equipment for Building work

1 Bar bending Machine 1 No.

2 Bar cutting machine 1 No.

3 Drilling machine 1 No.

4 Welding machine i/c transformer 1 No.

5 Cube testing machines 1 No.

6 M.S. pipes

For 800 sqm. Equivalent area or as desired by Engineer—in- Charge

1 Set

7 Steel shuttering

8 Steel scaffolding

9 Grinding/polishing machines 2 Nos.

Equipment for transportation

1 Tippers 1 No.

2 Trucks 1 No.

Pneumatic equipment

Page 92: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 92

PROFORMA OF SCHEDULES

1 Air compressors (diesel) Nil

Dewatering equipment

1 Pump (diesel) Nil

2 Pump (electric) (Desirable) Nil

Power equipment

1 Diesel generator 1 No.

1. Workshop facilities for fabrication/addition and alterations, and other allied works

shall be arranged by the contractor at his own cost.

2. The list of equipment/T&P/machinery as per above is for general guidance. In addition to these, machinery / equipment as required shall be arranged by the contractor in case the requirement at any stage exceeds as per the programme finalized at his own cost and nothing extra whatsoever on this account shall be paid. This includes equipment for arrangement of concrete from RMC producing plants also.

3. All the equipment, T&P and machinery shall be kept in good working conditions.

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

Page 93: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 93

PROFORMA OF SCHEDULES

PREFERRED MAKES OF MATERIALS

Acceptable makes of materials to be used in the work are enclosed. In case of non availability of these makes, the Engineer-in-charge may allow use of alternative makes. Only BIS marked materials shall be used in the work. Non BIS marked materials may be permitted by the Engineer-in-charge only when BIS marked materials are not manufactured

LIST OF ACCETABLE MAKES FOR CIVIL WORKS

S.No. Material Approved Make

1 (i) 43 Grade Ordinary Portland

Cement / Portland Pozzolona

Cement.

ACC, Ultratech, Vikram, Shree

Cement, Ambuja, Jaypee Cement,

Century Cement, J.K. Cement.

(ii) White Cement Birla White , J. K. White

2 Reinforcement Steel (TMT-Fe500) SAIL, Tata Steel, Rashtriya Ispat

Nigam Ltd (RINL), Jindal Steel &

Power Ltd. and JSW Steel Ltd.

3 Water Proofing Compounds,

Plasticizer, Super Plasticizer, Grouts,

Polymers, Polyexpanse, Other

construction chemicals

Weber, Fosroc, Pidilite, CICO, Sika,

Huntsman (Ciba Geigy), Ferrous Crete

4 Tubular truss / Structural Steel SAIL, Tata Steel, Rashtriya Ispat

Nigam Ltd (RINL), Jindal Steel &

Power Ltd. and JSW Steel Ltd.

5 Polycarbonate Sheet GE Plastic, LEXAN

6 Decking steel sheet Ezydeck of TATA / Lloyd Superdeck

7 Admixtures Fosroc, MBT, Sika, CICO, Asian

8 Particle Board Kitply, Action TESA, Greenlam,

Merino.

9 Laminated Particle Board/

Laminates

Kitply, Action TESA, Greenlam,

Century Ply, Merino, Sunmica

10 Flush door shutters/Factory made

paneled door shutters

Duro, Kitply Industries (Swastik),

Century, A-1 wooden industries/A-teak,

Green

11 Fire Rated Doors Signum Fire Protection, Kutty Doors,

Shakti Metdoor, NAVAIR, ROMAT,

Synergy Thrislington, Promat

International.

12 False Ceiling System along with Armstrong, Hunter Douglas, Saint

Page 94: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 94

PROFORMA OF SCHEDULES

supporting grid and metallic tiles Gobain, Aura(ASIPL)

13 Plywood/ Veneer Green, Century, Merino, Kitply, Duro

14 Melamine Polish Asian Paints Melamine Gold, Wudfin

of Pidilite, Timbertone of ICI Dulux.

15 Floor Spring HARDWYN, Godrej, Dorma, Dorset

16 Anodised Aluminium Hardware

(Heavy Duty)

Kilong, Alualpha

17 Clear/Float/Frosted Glass Saint Gobain, AIS, Pilkington

18 Stainless Steel Railing, Accessories

etc.

JINDAL, Dorma, GEZE

19 Hermitically sealed performance

glass & Toughened Glass

Saint Gobain, AIS, Pilkington

20 Fire rated vision Panels Pilkington, SCHOTT, FERILITE, Saint

Gobain.

21 Skylight – Thermoform Mccoy Architectural System, Vergola,

Abucob

22 G.I. Steel door frame Kutty Doors, Shakti Metdoor,

NAVAIR, ROMAT, Synergy

Thrislington.

23 Friction Stay Hinges Earl-Bihari, Ebco, Rotto, Cotswold,

GU, Dorset

24 EPDM Gasket Hanu, Osaka, Avigiri, Alps, Anand

25 Glass processor for making

DGU/Toughning

AIS, Art N Glass (Chandigarh), Kochar

Glass Pvt. Ltd. (Bhopal), Kaenal Glass

(Bhiwadi), GSE (Noida)

26 Ployster Powder Coating Shades NEROLAC, BERGER, J&N

27 Silicon based water repellant

/Weather Sealant

G.E. Plastics, Dow Corning, BECKER

28 Poly-Sulphide Sealant Fosroc, Pidilite, Sika

29 Mosaic tiles/ Chequered Tiles Ultra Tiles, Unitile, NITCO

30 Ceramic Tiles / Glazed tiles Morbito, Somany, RAK

31 Vitrified Tiles (Antiskid/Matt/Glazed) Morbito, Somany, RAK

32 PVC Flooring Armstrong, Unitex, LG Houses

33 Paver block & Kerb Stone NITCO, Unitile, NTC, Ultra

34 Tile/ Stone Adhesive Pidilite, Bal Endura, Fosroc, Ferrous

Crete

35 Grouting Compound Bal Endura, Pidilite, Fosroc, Ferrous

Crete

36 Dash / Anchoring Fasteners HILTI, Fischer, Bosch, Wurth.

Page 95: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 95

PROFORMA OF SCHEDULES

37 Nuts / Bolts & Screws GKW, Hilti,

38 Wall putty Birla wall care, JK White

39 Curing compound Fosroc, Sika, Cico

40 Oil Bound Washable Distemper Asian Paints (Tractor acrylic

distemper), ICI (Maxilite), Burger

41 Acrylic Distemper Bison(Berger), Tractor(Asian), Maxilite

(ICI)

42 Premium Acrylic Emulsion Paints ICI (Super smooth), Nerolac (Beauty

gold), Asian Paints (Premium

emulsion/ professional interior

emulsion), Burger

43 Cement Primer BP White(Berger), Decoprime

WT(Asian), White primer (ICI)

44 Steel Primer ICI, Nerolac, Asian Paints

45 Wood Primer ICI, Nerolac, Asian Paints (White)

46 Textured Exterior Paint Asian paints (Apex with honeycomb

roller finish) ICI (Weather shield with

honeycomb roller finish, Kansai

Nerolac (Excel with honeycomb roller

finish)

47 Synthetic Enamel Paint Asian(Apcolite Premium gloss

enamel), ICI (Dulux gloss synthetic

enamel), Kansai Nerolac (Synthetic

enamel)

48 Epoxy Paint Asian, ICI, Kansai Nerolac,

49 Fire Paint Akzo Nobel Coatings India

Ltd., PROMAT, Jotun, Asian

Paints

50 G.I. / M.S. Pipe Tata, Jindal (Hisar)

51 G.I. Fittings Unik, AVR, Zoloto

52 HDPE Pipes Reliance, JainPipes, ORIPLAST

53 DI PIPES Electrosteel, Jindal, TATA DUCTURA

54 DI Fittings Kartar , Electrosteel

55 CI Fittings Neel , Kartar , Sarkar

56 CI Double flanged sluice valveb Kirloskar, Sondhi, Kejriwal

57 Float Valve L&K, Leader, Zoloto,

58 UPVC pipe and Fittings Astral, Supreme, Finolex

59 Centrifugally Cast (spun) Iron Pipes NECO, Kapilansh, SKF , BIC

Page 96: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 96

PROFORMA OF SCHEDULES

& Fittings

60 Centrifugally Cast (spun) Iron (Class

LA) Pipes

Neco, Electro Steel, Kapilansh

61 C.I. Manhole covers, frames & GI

Gratings

NECO, RAJ Iron Foundary Agra, BIC,

SKF

62 SFRC Manhole covers & gratings KK, JAIN, PARGATI

63 Gun metal Valves , globes Sant, Leader, Zoloto

64 CP Brass Fittings Jaguar, Kohler, Parryware, Hindware

65 Sanitary Fittings & accessories Jaguar, Kohler, Parryware, Hindware

66 Water Meter Prima, Kranti, Leader, Zoloto,

Dashmesh

67 Brass stop & Bib Cock Zoloto, Sant, L&K, Leader,

68 Mirror Glass Atul, Modi Guard, Golden Fish

69 U-PVC Pipe Astral, Supreme, Finolex

70 PVC Pipe & Fittings Supreme, Finolex, Kisan

71 Non Return valve (Check valve)

½” to 1¼”

Zoloto, Sant, Leader

72 Brass Ferrules Dhawan Sanitary Udyog (PRIMA),

Kalsi , Annapurna

73 Insulation for hot water pipes KAIFLEX , ARMAFLEX,

CAREFLEX

74 Insulation for external/exposed

hot water pipes

KAIFLEX , ARMAFLEX,

CAREFLEX

75 Pipe protection for external water

supply pipes

PYPKOTE, ARMAFLEX,

AKPOLYKOTE,

76 Toilet Cubicles Merino Industries Ltd (Titan Series),

Green Sturdo, Green Ply Industries

Ltd (Greenlam Sturdo Classic), Trespa,

Dorma

77 Hardware & Door fittings Dorma, Kich, Ozone, Dorset

78 Door closer Dorma, Kich, Godrej

79 Stainless Steel Sink (Out of Salem

steel)

Neelkanth, Niralli, Jyna

80 European WC Hindware, Parryware, Kohler, Jaguar

81 Washbasin Hindware, Parryware,Kohler, Jaguar

82 Urinals Hindware, Parryware, Jaguar, Kohler

83 CPVC Pipes & Fittings Finolex, Supreme, Ashirwad, Astra

84 Stone ware pipes Perfect, Taya

85 Gully Traps Perfect, Parry

Page 97: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 97

PROFORMA OF SCHEDULES

86 RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain & Co.

87 Atactic Polypropylene STP, HTL, Hydro Tech Ltd., Pidilite

88 UPVC Doors & Windows Fenesta, Aluplast , Prizma Winsol Pvt.

Ltd.

89 Extruded Polystrene Insulation Board Dowcorning, Supreme, Texas, Analco

90 Heat Resistant Tiles Swastik, Thermax

91 Gypsum Plaster Ferrous Crete, Gyproc Saint Gobain,

Boral

92 Floor hardener Ironite, Ferrok, Hardonate

93 Modular Expansion Joint Herculus, CS, Vexcolt. Devin.

Note: - CE (NZ-IV), CPWD, Dehradun reserves the right to add or delete any materials and Brands in the list of approved materials/brands on the recommendations of Engineer-in-charge

Page 98: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 98

PROFORMA OF SCHEDULES

Annexure-I

TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF

DEFECTS AFTER COMPLETION IN RESPECT OF STONE WORKS

The agreement made this ___________ day of __________ Two Thousand and

________ between ____________________________ son of ______________________ (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 unsound materials and other related problems. 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 expiry of maintenance period prescribed in the contract. The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final. During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor‟s risk and cost. 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. IIN WITNESS WHEREOF these presents, have been executed by the obligator __________ ________________________________________________ and _________________________ by __________________________________ for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

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

Page 99: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 99

PROFORMA OF SCHEDULES

1. __________________________

2. __________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ____________________ ________________________________ in the presence of :

1. __________________________

2. __________________________

Page 100: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 100

PROFORMA OF SCHEDULES

Annexure-II

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY,SANITARY AND

DRAINAGE INSTALLATIONS The agreement made this ___________________ day of __________ Two

Thousand and _________ between __________________________________ son of

______________________ (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, manufacturing defects of materials and leakages, etc.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain

structurally stable after expiry of maintenance period prescribed in the contract for the

minimum life of ten year to be reckoned from the date after the expiry of maintenance

period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final. During this period of guarantee, the guarantor shall make good all defects to the

satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which

the work shall be got done by the Department by some other contractor at the Guarantor‟s

cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the

Guarantor shall be final and binding.

That if the guarantor fails to make good all the defects commits breach thereunder,

then the guarantor will indemnify the principal and his successor against all loss, damage,

Page 101: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 101

PROFORMA OF SCHEDULES

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. __________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ____________________ ________________________________ in the presence of :

1. __________________________

2. __________________________

Page 102: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 102

PROFORMA OF SCHEDULES

Annexure-III

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING

WORKS IN BASEMENT/TERRACE/TOILETS. The agreement made this _______________ day of ______________ Two Thousand and ______________ between ____________________ son of _______________________ of ________________________ (hereinafter called the Guarantor of the one party) and the PRESIDENT OF INDIA (hereinafter called the Government of the other party).

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 one other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that

the said structures will remain water and leak-proof for ten years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given 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 form the date after the maintenance period prescribed in the contract.

Providing that the Guarantor will not be responsible for leakage caused by

earthquake or structural defects or misuse of roof or alteration and for such purpose. a) Misuse of roof shall mean any operation which will damage proofing treatment,

like chopping of firewood and things of the same nature which might cause damage to the roof.

b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts.

c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During the period of guarantee, the guarantor shall make good all defects and in case of any defect being found render the building water proof to the satisfaction of the Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the GUARANTOR‟S cost and risk. The decision of the Engineer-in-charge as to the cost, payable by the Guarantor shall be final and binding.

That if the Guarantor fails to execute the water proofing or commits breach there

under, then the Guarantor will indemnify the Principal and his successor against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default the part of the GUARANTOR in performance and observance of this supplementary

Page 103: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 103

PROFORMA OF SCHEDULES

agreement. As to the amount of loss and / or damage and / or cost incurred by the Government of decision of the Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor

_____________ and by _______________________ and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written. Signed, sealed and delivered by Obligor in the presence of-

1. ________________________________ 2. ________________________________

Singed for and on behalf of the President of India by _________________

In the presence of – 1. __________________________ 2. _____________________________

Page 104: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 104

PROFORMA OF SCHEDULES

Annexure-IV

TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF

DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINUM WORKS

The agreement made this ___________ day of __________ Two Thousand and

________ between ____________________________ son of ______________________

(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 unsound materials and other related problems.

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 expiry of maintenance

period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defect

shall be final.

During this period of guarantee, the guarantor shall make good all defects to the

satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which

the work shall be got done by the Department by some other contractor at the Guarantor‟s

risk and cost. The decision of the Engineer-in-Charge as to the cost payable by the

Guarantor shall be final and binding.

Page 105: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 105

PROFORMA OF SCHEDULES

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.

IIN WITNESS WHEREOF these presents, have been executed by the obligator

__________ ________________________________________________ and

_________________________ by __________________________________ for and on

behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

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

1. __________________________

2. __________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY

________________________________________ in the presence of :

1. __________________________

2. __________________________

Page 106: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 106

PROFORMA OF SCHEDULES

Annexure-V

BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “ the Government”) having agreed under the terms and conditions of agreement No. _______________________ dated ______________ made between _____________ and __________________ (hereinafter called “the contractor(s)”) ____________ for the work _________ ________ ___________________________________ (hereinafter called “the said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs. ___________ (Rupees ___ ______ ________________________________________ only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement, we

(hereinafter referred to as “the Bank”) hereby undertake to pay to the

(Indicate the name of the Bank)

Government an amount not exceeding Rs.__________ (Rs. _______________ _________________ 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 thereunder 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)

Page 107: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 107

PROFORMA OF SCHEDULES

remain in full force and effect during the period that would be taken for 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 the name of the Bank)

shall have the fullest liberty without 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) from time to time or to postpone for any time or from time to time any of the powers exercisable by the government against the said contractor(s) and to forebear 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 with

(Indicate the name of the Bank)

the previous consent of the Government in writing.

8. This guarantee shall be valid up to _____________, unless extended on demand by Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. _________ (Rs. _______________________________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 the Bank)

Page 108: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 108

PROFORMA OF SCHEDULES

Annexure-VI

AFFIDAVIT

I /We have submitted a bank guarantee for the work ____________________________ ________________________________________________________________________ (Name of work) Agreement No. ___________________________________________________________ Dated ____________________from __________________________________________

(Name of the Bank with full address) to the Executive Engineer _________________________________________with a view (Name of the Division) to seek exemption from payment of performance guarantee in cash. This Bank guarantee expires on ______________________________________________ I / We undertake to keep the validity of the bank guarantee intact by getting it extended from time to time at my / our own initiative up to a period of _______________________ months after the recorded date of completion of the work or as directed by the Engineer in charge. I / We also indemnify the Government against any losses arising out of non-encasement of the bank guarantee if any.

(Deponent) Signature of Contractor

Note : The affidavit is to be given by the Executants before a first class Magistrate.

Page 109: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 109

PROFORMA OF SCHEDULES

Annexure-VII

List of items to be executed through specialized agencies

1. Stone Works

2. Water Supply, Sanitary & drainage works

3. Water proofing work.

4. Aluminium work for doors and windows.

Such specialized agencies should be in such business for more than last five years. Those

agencies should have satisfactorily completed at least five numbers such specialized works

of amount more as required under this notice inviting tenders, during last three years.

The main agency shall have to submit credentials of such specialized agency along with full

technical details of works executed, to whom he want to engage for the work and shall have

to obtain prior approval from the engineer in charge.

The responsibility of the quality of work executed by the specialized agency shall be owned

jointly by the specialized agency and main agency. However, prime responsibility shall be

owed by the main agency.

Page 110: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 110

PROFORMA OF SCHEDULES

ADDITIONAL CONDITION FOR SUBMISSION OF THE

STRUCTURAL DESIGN & DRAWING

The Contractor/Agency shall submit hard and soft copies of structural design of whole

building along with detailed design calculations and six sets of structural drawings within 15

days of award of work duly proof checked by some reputed Govt. institution. If he fails to

submit the drawings along with detailed design calculation by this time, the delay on this

account will be attributable to the contractor. The design should be based on the soil

investigation report and the architectural drawings supplied by the department. The design

should be got done through a reputed design consultant with the prior approval of the

Engineer-in-charge. Nothing extra shall be paid to the Contractor/Agency on this account.

The work shall be executed in accordance with the drawings duly proof checked by some

reputed Govt. institution , which will be issued at regular intervals as per requirement. No

extra time for submission and approval of structural drawings will be granted. Change in

design if any, as may be required to meet the provision of relevant IS code and the

accepted designs principle and CPWD specification shall be made accordingly by the

Contractor/Agency without any cost. The decision of the tender accepting authority in this

regard shall be final and binding on the Contractor/Agency shall not be open to Arbitration.

The Contractor/Agency shall be responsible for correctness of the design and also for

structural safety of the buildings. Approval of design by the department shall not absolve

the Contractor/Agency of his responsibility in this regard.

In case of any dispute or interpretation of any provision, the decision of Superintending

Engineer, Haldwani Central Circle shall be final and binding on the Contractor/Agency and

shall not be open to Arbitration.

Page 111: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 111

PROFORMA OF SCHEDULES

Schedule of Quantity (Civil Work)

Name of Work :- Development of Permanent Infrastructure at 42nd Bn. Hqrs.

SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

Sl. No. Description of items Quantity Unit Rate Amount

1 E A R T H W O R K

1.1 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.

1.1.1 All kinds of soil 13501.00 cum 1.2 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.

1.2.1 All kinds of soil. 2953.00 cum 1.3 Excavating trenches of required width for pipes,

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

1.3.1 All kinds of soil 1.3.1.1 Pipes, cables etc. exceeding 80 mm dia. but not

exceeding 300 mm dia 657.00 metre 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. 6308.00 cum

1.5 Extra for every additional lift of 1.5 m or part thereof in excavation / banking excavated or stacked materials.

1.5.1 All kinds of soil 371.00 cum

1.6 Supplying and filling in plinth with Local sand under floors, including watering, ramming, consolidating and dressing complete.

188.00 cum 2 C O N C R E T E W O R K

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 :

Page 112: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 112

PROFORMA OF SCHEDULES

2.1.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 18.00 cum

2.2 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) 2195.00 cum

2.3 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) 630.00 cum

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

2.4.1 Retaining walls, return walls, walls (any thickness) includingattached pilasters, buttresses, plinth and string courses fillets, kerbs and steps etc.

3323.00 sqm 2.5 Providing and laying damp-proof course 40 mm

thick with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5 mm nominal size). 238.00 sqm

2.6 Applying a coat of residual petroleum bitumen of grade of VG-10 of approved quality using 1.7 kg per square metre on damp proof course after cleaning the surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil. 238.00 sqm

2.7 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. 370.00 sqm

3 REINFORCED CEMENT CONCRETE 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 1745.00 sqm 3.1.2 Walls (any thickness) including attached pilasters,

butteresses, plinth and string courses etc. 1738.00 sqm

3.1.3 Suspended floors, roofs, landings, balconies and access platform 2233.00 sqm

3.1.4 Shelves (Cast in situ) 249.00 sqm 3.1.5 Lintels, beams, plinth beams, girders, bressumers

and cantilevers 5125.00 sqm 3.1.6 Columns, Pillars, Piers, Abutments, Posts and

Struts 2641.00 sqm 3.1.7 Stairs, (excluding landings) except spiral-

staircases 118.00 sqm 3.1.8 Vertical and horizontal fins individually or forming

box louvers band, facias and eaves boards 91.00 sqm

3.1.9 Weather shade, Chajjas, corbels etc., including edges 72.00 sqm

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). 6.00 cum

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

Page 113: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 113

PROFORMA OF SCHEDULES

3.3.1 Thermo-Mechanically Treated bars 158246.00 Kg

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

3.3.2.1 Thermo-Mechanically Treated bars 135500.00 Kg

3.4 Add for plaster drip course/ groove in plastered surface or moulding to R.C.C. projections. 599.00 metre

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 1465.00 cum 3.5.2 All works above plinth level upto floor V level 1121.00 cum

3.6 Add for using extra cement in the items of design mix over and above the specified cement content therein. 1257.00 Qtls

3.7 Providing and fixing 110mm diameter PVC pipe

conforming to IS : 13592 Type A in CC retaining wall

as weep hole. 1175.00 metre 3.8 Providing filter media behind retaining wall stone

aggregate of size 40mm to 10mm as per direction of E-in-Charge all complete i/c cost of material and labour ( Payment shall be made after necessary voids deductions ) 645.00 cum

4 B R I C K W O R K 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 1:6 (1 cement : 6 coarse sand) 455.00 cum 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) 998.00 cum 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) 1277.00 sqm

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) 887.00 sqm 5 M A R B L E W O R K

Page 114: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 114

PROFORMA OF SCHEDULES

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 Raj Nagar Plain white marble/ Udaipur green marble/ Zebra black marble

5.1.2 Area of slab over 0.50 sqm 47.00 sqm

5.1.3 Granite of any colour and shade

5.1.4 Area of slab over 0.50 sqm 20.00 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 51.00 metre

5.3 Extra for fixing marble /granite stone, over and above corresponding basic item, in facia and drops of width upto 150 mm with epoxy resin based adhesive, including cleaning etc. complete.

51.00 metre 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 10.00 sqm 6 W O O D A N D P. V. C. W O R K

6.1 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length (hold fast lugs or dash fastener shall be paid for separately).

6.1.1 Second class teak wood 3.00 cum

6.2 Deduct for not providing hinges in doors, windows or clerestory window shutters with :

6.2.1 ISI marked M.S. pressed butt hinges bright finished of required size

6.2.2 For 2nd class teak wood and other class of wood shutters 255.00 sqm

6.3 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 :

6.3.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws 285.00 sqm

Page 115: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 115

PROFORMA OF SCHEDULES

6.3.2 25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano hinges with necessary screws 257.00 sqm

6.4 Providing and fixing wire gauge shutters using galvanized M.S. wire gauge of average width of aperture 1.4 mm in both directions with wire of dia 0.63 mm, for doors, windows and clerestory windows with hinges and necessary screws :

6.4.1 30 mm thick shutters

6.4.2 With ISI marked stainless steel butt hinges of required size

6.4.3 Second class teak wood 4.00 sqm

6.5 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.

6.5.1 Fixed to steel windows by welding 5258.00 kg

6.6 Providing and fixing ISI marked oxidised M.S. sliding door bolts with nuts and screws etc. complete :

6.6.1 250x16 mm 29.00 each 6.7 Providing and fixing ISI marked oxidised M.S.

tower bolt black finish, (Barrel type) with necessary screws etc. complete :

6.7.1 250x10 mm 70.00 each 6.7.2 200x10 mm 70.00 each

6.8 Providing and fixing ISI marked 85x42 mm oxidised M.S. pull bolt lock conforming to IS : 7534 with necessary screws bolts, nut and washers etc. complete. 41.00 each

6.9 Providing and fixing ISI marked oxidised M.S. handles conforming to IS:4992 with necessary screws etc. complete :

6.9.1 125 mm 58.00 each 6.9.2 100 mm 338.00 each 6.9.3 75 mm 48.00 each 6.10 Providing and fixing oxidised M.S. hasp and

staple (safety type) conforming to IS : 363 with necessary screws etc. complete :

6.10.1 150 mm 128.00 each 6.10.2 90mm 24.00 each

6.11 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 :

6.11.1 300x16 mm 40.00 each 6.11.2 250x16 mm 133.00 each

6.12 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 :

6.12.1 300x10 mm 126.00 each

6.12.2 200x10 mm 134.00 each

6.13 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. 24.00 each

Page 116: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 116

PROFORMA OF SCHEDULES

complete.

6.14 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 :

6.14.1 125 mm 222.00 each 6.15 Providing and fixing aluminium hanging floor door

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

6.15.1 Twin rubber stopper 152.00 each

6.16 Providing and fixing Fiber Glass Reinforced plastic (FRP) Door Frames of cross-section 90 mm x 45 mm having single rebate of 32 mm x 15 mm to receive shutter of 30 mm thickness .The laminate shall be moulded with fire resistant grade unsaturated polyester resin and chopped mat . Door frame laminate shall be 2 mm thick and shall be filled with suitable wooden block in all the three legs. The frame shall be covered with fiber glass from all sides. M.S. stay shall be provided at the bottom to steady the frame. 364.00 metre

6.17 Providing and fixing to existing door frames.

6.17.1 30 mm thick Fiberglass Reinforced Plastic (F.R.P.) flush door shutter in different plain and wood finish made with fire retardant grade unsaturated polyester resin, moulded to 3 mm thick FRP laminate all around, with suitable wooden blocks inside at required places for fixing of fittings and polyurethane foam (PUF)/ Polystyrene foam to be used as filler material throughout the hollow panel, casted monolithically with testing parameters of F.R.P. laminate conforming to table - 3 of IS: 14856, complete as per direction of Engineer-in-charge. 128.00 sqm

6.18 Providing and fixing fly proof stainless steel grade 304 wire gauge, to windows and clerestory windows using wire gauge with average width of aperture 1.4 mm in both directions with wire of dia. 0.50 mm all complete.

6.18.1 With 12 mm mild steel U beading 324.00 sqm

7 S T E E L W O R K

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. 20355.00 Kg

7.2 Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2 mm and braced with flat iron diagonals 20x5 mm size, with top and bottom rail of T-iron 40x40x6 mm, with 40 mm dia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers, handles, including applying a priming coat of approved steel primer. 12.00 sqm

Page 117: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 117

PROFORMA OF SCHEDULES

7.3 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:

7.3.1 Profile B 7.3.2 Fixing with adjustable lugs with split end tail to

each jamb 691.00 metre 7.4 Providing and fixing all size/design and type of

factory made steel glazed/ wire gauged doors, windows and ventilators side/top/centre hung of Cold Rolled Formed Continuous Seam Welded tubular profiles made from commercial MS sheet conforming to IS 513 of 1973, size of welded tubular Z- Profiles and T- Profiles are 50x23 mm x 16 guage, joints mitred and flush butt welded with 19x3 mm lugs 10 cm long embedded in cement concrete blocks 15x10x10 cm of CC 1:3:6 mix (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nomial size) or with wooden plugs and screws or with rawl plugs & screws, as required including providing and fixing MS hooks & eyes (4 mm dia 125 mm length), 100x10 mm MS tower bolt, 3 mm thick, 75 mm MS handles and box type hinges (65 mm length of 2.55 mm thick sheet, GI pin of 6mm dia) and applying a priming coat of approved steel primer.The payment shall be made only for the profiles provided on actual weight basis. No extra payment shall be made for other accessories/fittings as mentioned in the item. Providing and fixing glass panes/wire gauge shall be paid separately. 14698.00 kg

7.5 Steel work in built up tubular ( round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete.

7.5.1 Hot finished welded type tubes 56013.00 kg 7.6 Providing and fixing circular/ Hexagonal cast iron

or M.S. sheet box for ceiling fan clamp, of internal dia 140 mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet with its top surface hacked for proper bonding, top lid shall be screwed into the cast iron/ M.S. sheet box by means of 3.3 mm dia round headed screws, one lock at the corners. Clamp shall be made of 12 mm dia M.S. bar bent to shape as per standard drawing. 124.00 each

7.7 Providing and fixing mild steel round holding down bolts with nuts and washer plates complete. 983.00 kg

7.8 Providing and fixing bolts including nuts and washers complete. 847.00 kg

Page 118: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 118

PROFORMA OF SCHEDULES

7.9 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.

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

brackets, gates and similar works 19958.00 kg

7.10 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.

7.10.1 M.S. tube 1888.00 kg

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

7.11.1 Stainless steel (grade 304) wire gauze of 0.5 mm

dia wire and 1.4 mm aperture on both sides 160.00 sqm 7.12 Providing & fixing glass panes with putty and

glazing clips in steel doors, windows, clerestory windows, all complete with :

7.12.1 4.0 mm thick glass panes 378.00 sqm 7.12.2 5.5 mm thick glass panes 47.00 sqm

8 F L O O R I N G 8.1 Chequered terrazo tiles 22 mm thick with graded

marble chips of size up to 6 mm in floors, jointed with neat cement slurry mixed with pigment to match the shade of the tiles, including rubbing and polishing complete, on 20 mm thick bed of cement mortar 1:4 (1 cement :4 coarse sand) :

8.1.1 Dark shade pigment using ordinary cement 56.00 sqm 8.2 Chequerred precast cement concrete tiles 22 mm

thick in footpath & courtyard, jointed with neat cement slurry mixed with pigment to match the shade of tiles, including rubbing and cleaning etc. complete, on 20 mm thick bed of cement mortar 1:4 (1 cement: 4 coarse sand).

8.2.1 Ordinary cement without any pigment 46.00 sqm

8.3 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) :

8.3.1 25 mm thick 883.00 sqm

8.4 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. 72.00 sqm

8.5 Extra for pre finished nosing in treads of steps of Kota stone/ sand stone slab. 165.00 metre

Page 119: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 119

PROFORMA OF SCHEDULES

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. 1322.00 sqm

8.7 Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigment etc., complete. 3770.00 sqm

8.8 Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622, of approved make, in all colours, shades, except White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick bed of cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigments etc., complete. 74.00 sqm

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 &

8.9.1 Size of Tile 600x600 mm 823.00 sqm 8.10 Providing and laying Vitrified 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 brand & manufacturer, in all colours and shade, in skirting, riser of steps, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately).

8.10.1 Size of Tile 600x600 mm 174.00 sqm

9 R O O F I N G

9.1 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.

9.1.1 110 mm diameter 495.00 metre 9.2 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.

9.2.1 Coupler

Page 120: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 120

PROFORMA OF SCHEDULES

9.2.1.1 110 mm 76.00 each

9.2.1.2 Bend 87.5°

9.2.1.3 110 mm bend 78.00 each

9.2.1.4 Shoe (Plain)

9.2.1.5 110 mm Shoe 72.00 each

9.3 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.

9.3.1 110 mm 310.00 each

9.4 Providing and fixing to the inlet mouth of rain water pipe cast iron grating 15 cm diameter and weighing not less than 440 grams.

62.00 each 9.5 Providing and fixing precoated galvanised iron

profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineer- in-charge. The sheet shall be fixed using self drilling /self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required. 3246.00 Sqm

9.6 Providing and fixing precoated galvanised steel sheet roofing accessories 0.50 mm (+ 0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling/ self tapping screws complete :

9.6.1 Ridges plain (500 - 600mm) 378.00 metre

9.6.2 Flashings/ Aprons.( Upto 600 mm) 18.00 metre

Page 121: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 121

PROFORMA OF SCHEDULES

9.7 Providing and fixing tiled false ceiling of 6mm thick cement board plain Multipurpose Cement Board (High Pressure steam cured high impact polypropelene reinforced) as per IS: 14862 of size 595x595 mm in true horizontal level suspended on inter locking metal grid of hot dipped galvanized steel sections (galavanized @ 120 grams/sqm, both side inclusive) consisting of main "T" runner with suitably space joints to get required length and of size 24x38 mm made from 0.30mm thick (minimum sheet, 1200mm long spaced between main "T" at 600mm center to center to form a grid of sheet to be interlocked at middle of the 1200x600mm panel to form grids of 600mmx600mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required, cutting/ making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from celing using GI slotted cleats of size 27x37x25x1.6 mm fixed to ceiling with 12.5 mm dia and 50mm long dash fasterners, 4mm GI adjustable rods with galvanised butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be prepainted with polyester paint, all complete for all heights as per specifications, drawings and as directed by Engineer-in-Charge. 2771.00 Sqm

10 F I N I S H I N G

10.1 12 mm cement plaster of mix :

10.1.1 1:6 (1 cement: 6 fine sand) 8481.00 sqm 10.2 15 mm cement plaster on the rough side of single

or half brick wall of mix : 10.2.1 1:6 (1 cement: 6 fine sand) 5856.00 sqm

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) 197.00 Sqm

10.4 Cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floating coat of neat cement.

10.4.1 12 mm cement plaster 1610.00 sqm 10.5 6 mm cement plaster of mix :

10.5.1 1:3 (1 cement : 3 fine sand) 8418.00 sqm 10.6 Extra for plastering exterior walls of height more

than 10 m from ground level for every additional height of 3 m or part thereof.

434.00 sqm 10.7 White washing with lime to give an even shade :

10.7.1 New work (three or more coats) 2017.00 sqm 10.8 Distempering with 1st quality acrylic distemper

(ready mixed) of approved manufacturer, of required shade and colour complete, as per manufacturer's specification.

10.8.1 Two or more coats on new work 11227.00 sqm 10.9 Applying one coat of water thinnable cement

primer of approved brand and manufacture on wall surface :

10.9.1 Water thinnable cement primer 11102.00 sqm

10.10 Finishing walls with water proofing cement paint of required shade :

Page 122: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 122

PROFORMA OF SCHEDULES

10.10.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) 6919.00 sqm

10.11 Applying priming coat : 10.11.1 With ready mixed pink or Grey primer of approved

brand and manufacture on wood work (hard and soft wood) 695.00 sqm

10.12 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade :

10.12.1 Two or more coats on new work 4115.00 sqm 11 SANITARY INSTALLATIONS

11.1 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 :

11.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests 28.00 each

11.2 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. controlled 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 :

11.2.1 W.C. pan with ISI marked white solid plastic seat and lid 26.00 each

11.3 Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass, including painting of fittings and cutting and making good the walls and floors wherever required :

11.3.1 Single half stall urinal with 5 litre P.V.C. automatic flushing cistern 24.00 each

11.3.2 Range of two half stall urinals with 5 litre P.V.C. automatic flushing cistern 3.00 each

11.4 Providing and fixing one piece construction white vitreous china squatting plate with an integral longitudinal flushing pipe, white P.V.C. automatic flushing cistern, with fittings, standard size G.I. / PVC flush pipe for back and front flush with standard spreader pipes with fittings, G.I clamps and C.P. brass coupling complete, including painting of fittings and cutting and making good the walls and floors etc. wherever required :

11.4.1 Range of four squatting plates with 10 litre P.V.C. automatic flushing cistern 4.00 each

11.5 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 :

Page 123: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 123

PROFORMA OF SCHEDULES

11.5.1 White Vitreous China Flat back wash basin size 550x 400 mm with single 15 mm C.P. brass pillar tap 67.00 each

11.6 Providing and fixing white vitreous china pedestal for wash basin completely recessed at the back for the reception of pipes and fittings.

41.00 each

11.7 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 :

11.7.1 Kitchen sink with drain board 11.7.1.2 510x1040 mm bowl depth 225 mm 5.00 each

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

11.8.1 Semi rigid pipe 11.8.1.1 32 mm dia 12.00 each

11.8.2 Flexible pipe 11.8.2.1 32 mm dia 55.00 each 11.8.2.2 40 mm dia 5.00 each

11.9 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. 23.00 each

11.10 Providing and fixing mirror of superior glass (of approved quality) and of required shape and size with plastic moulded frame of approved make and shade with 6 mm thick hard board backing :

11.10.1 Rectangular shape 453x357 mm 8.00 each

11.10.2 Rectangular shape 1500x450 mm 11.00 each 11.11 Providing and fixing toilet paper holder :

11.11.1 C.P. brass 14.00 each 11.12 Providing and fixing soil, waste and vent pipes :

11.12.1 100 mm dia 11.12.1.

2

Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989 820.00 metre

11.13 Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast iron (spun) pipe embedded in and including cement concrete blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including cost of cutting holes and making good the walls etc. :

11.13.1 For 100 mm dia pipe 139.00 each 11.14 Providing and fixing bend of required degree with

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

11.14.1 100 mm dia

11.14.1.1

Sand cast iron S&S as per IS - 3989

10.00 each 11.15 Providing and fixing plain bend of required

degree.

11.15.1 100 mm dia 11.15.1.

1

Sand cast iron S&S as per IS : 3989

38.00 each

Page 124: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 124

PROFORMA OF SCHEDULES

11.16 Providing and fixing heel rest sanitary bend

11.16.1 100 mm dia

11.16.1.1

Sand cast iron S&S as per IS - 3989

16.00 each 11.17 Providing and fixing single equal plain junction of

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

11.17.1 100x100x100 mm

11.17.1.1

Sand cast iron S&S as per IS - 3989

86.00 each

11.18 Providing and fixing terminal guard :

11.18.1 100 mm

11.18.1.1

Sand cast iron S&S as per IS - 3989

52.00 each

11.19 Providing and fixing collar :

11.19.1 100 mm

11.19.1.1

Sand cast iron S&S as per IS - 3989

142.00 each

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

11.20.1 100 mm 759.00 each 11.21 Providing and fixing M.S. stays and clamps for

sand cast iron/centrifugally cast (spun) iron pipes of diaMetre :

11.21.1 100 mm 128.00 each

11.22 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 :

11.22.1 100 mm inlet and 100 mm outlet

11.22.1.1

Sand cast iron S&S as per IS: 3989

150.00 each

11.23 Painting sand cast iron/ centrifugally cast (spun) iron soil, waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work :

11.23.1 100 mm diameter pipe 238.00 metre 11.24 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. 21.00 each

11.25 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.

11.25.1 600 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

29.00 metre 11.26 Providing and fixing CP brass centre hole basin

mixer of approvrd quality and make like Jaquar,Plamber,Parryware or equivalent as per direction of Enginner-in-charge. 22.00 each

Page 125: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 125

PROFORMA OF SCHEDULES

11.27 Providing and fixing CP brass concealed wall mixer of approvrd quality and make like Jaquar,Plamber,Parryware or equivalent as per direction of Enginner-in-charge. 8.00 each

11.28 Providing and fixing CP brass revolving shower of approvrd quality and make like Jaquar,Plamber,Parryware or equivalent as per direction of Enginner-in-charge. 8.00 each

11.29 Providing and fixing CP brass Towel rack of approvrd quality and make like Jaquar,Plamber,Parryware or equivalent as per direction of Enginner-in-charge. 9.00 each

11.30 Providing and fixing CP brass soap Dish Tumbular of approvrd quality and make like Jaquar,Plamber,Parryware or equivalent as per direction of Enginner-in- 26.00 each

12 WATER SUPPLY

12.1 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, i/c cutting and making good the walls etc.

12.1.1 20 mm dia nominal bore 20.00 metre 12.1.2 25 mm dia nominal bore 625.00 metre 12.1.3 32 mm dia nominal bore 15.00 metre 12.1.4 40 mm dia nominal bore 280.00 metre 12.1.5 50 mm dia nominal bore 110.00 metre

12.2 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 :

12.2.1 15 mm dia nominal bore 100.00 metre 12.2.2 20 mm dia nominal bore 405.00 metre

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

12.3.1 25 mm dia nominal bore 20.00 metre

12.3.2 32 mm dia nominal bore 15.00 metre

12.3.3 40 mm dia nominal bore 92.00 metre

12.3.4 50 mm dia nominal bore 85.00 metre 12.4 Providing and fixing brass stop cock of approved

quality :

12.4.1 15 mm nominal bore 3.00 each 12.5 Providing and fixing gun metal gate valve with C.I.

wheel of approved quality (screwed end) : 12.5.1 25 mm nominal bore 31.00 each 12.5.2 40 mm nominal bore 19.00 each 12.5.3 50 mm nominal bore 9.00 each

12.6 Providing and fixing ball valve (brass) of approved quality, High or low pressure, with plastic floats complete :

12.6.1 20 mm nominal bore 7.00 each 12.6.2 25 mm nominal bore 6.00 each

12.7 Providing and fixing uplasticised PVC connection pipe with brass unions :

12.7.1 45 cm length

12.7.2 15 mm nominal bore 194.00 each

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

12.8.1 100 mm diameter 21.00 each

Page 126: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 126

PROFORMA OF SCHEDULES

12.9 Painting G.I. pipes and fittings with synthetic enamel white paint with two coats over a ready mixed priming coat, both of approved quality for new work :

12.9.1 15 mm diameter pipe 20.00 metre

12.9.2 25 mm diameter pipe 645.00 metre

12.9.3 32 mm diameter pipe 15.00 metre

12.9.4 40 mm diameter pipe 310.00 metre

12.9.5 50 mm diaMetre pipe 125.00 metre

12.10 Painting G.I. pipes and fittings with two coats of anti-corrosive bitumastic paint of approved quality :

12.10.1 15 mm diameter pipe 100.00 metre 12.10.2 20 mm diameter pipe 130.00 metre

12.10.3 32 mm diameter pipe 55.00 metre

12.10.4 40 mm diameter pipe 52.00 metre

12.10.5 50 mm diameter pipe 70.00 metre

12.11 Providing and filling sand of grading zone V or coarser grade, all- round the G.I. pipes in external work :

12.11.1 32 mm diameter pipe 15.00 metre 12.11.2 40 mm diameter pipe 62.00 metre 12.11.3 50 mm diameter pipe 70.00 metre

12.12 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (New work) :

12.12.1 20 mm nominal bore 4.00 each 12.12.2 25 mm nominal bore 34.00 each 12.12.3 32 mm nominal bore 4.00 each 12.12.4 40 mm nominal bore 30.00 each 12.12.5 50 mm nominal bore 16.00 each

12.13 Providing and placing on terrace (at all floor levels) polyethylene water storage tank, ISI : 12701 marked, with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank. 33000.00 per litre

12.14 Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 :

12.14.1 15 mm nominal bore 21.00 each 12.15 Providing and fixing C.P. brass long nose bib

cock of approved quality conforming to IS standards and weighing not less than 810 gms.

12.15.1 15 mm nominal bore 44.00 each

12.16 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.

12.16.1 15 mm nominal bore 58.00 each

12.17 Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS:8931.

12.17.1 15 mm nominal bore 69.00 each 12.18 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

12.18.1 15mm nominal bore 193.00 each

Page 127: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 127

PROFORMA OF SCHEDULES

12.19 Cutting holes up to 30x30 cm in walls including making good the same

12.19.1 With common burnt clay F.P.S. (non modular) bricks 8.00 each

13 D R A I N A G E

13.1 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 :

13.1.1 100 mm diameter 58.00 metre

13.1.2 150 mm diameter 320.00 metre 13.1.3 200 mm diameter 150.00 metre

13.2 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 :

13.2.1 100 mm diameter S.W. pipe 55.00 metre

13.2.2 150 mm diameter S.W. pipe 308.00 metre

13.2.3 200 mm diameter S.W. pipe 148.00 metre

13.3 Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design :

13.3.1 150 x 100 mm size P type 13.3.1.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 40.00 each 13.3.1.2 180x150 mm size P type

13.3.1.3 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 19.00 each

13.4 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 :

13.4.1 250 mm dia. R.C.C. pipe 65.00 metre 13.5 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 :

13.5.1 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) :

13.5.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 48.00 each

Page 128: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 128

PROFORMA OF SCHEDULES

13.5.1.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58 kg and weight of frame 58 kg) :

13.5.1.3 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 9.00 each

13.6 Extra for depth for manholes : 13.6.1 Size 90x80 cm

13.6.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 20.50 metre

13.6.2 Size 120x90 cm 13.6.2.1 With common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 9.00 metre 13.7 Providing M.S. foot rests including fixing in

manholes with 20x20x10 cm cement concrete blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) as per standard design :

With 20x20 mm square bar 70.00 each 13.7.1 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.

13.7.2 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 2.00 each

14 ALUMINIUM WORK 14.1 Providing and fixing aluminium work for doors,

windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) :

14.1.1 For fixed portion

14.1.2 Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron) 1399.00 Kg.

14.2 For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)

14.2.1 Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron) 1808.00 Kg

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

Page 129: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 129

PROFORMA OF SCHEDULES

14.3.1 With float glass panes of 5.50 mm thickness 93.00 sqm

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

14.4.1 With stainless steel cover plate minimum 1.25 mm thickness 36.00 each

14.5 Providing and fixing aluminium tubular handle bar 32 mm outer dia, 3.0 mm thick & 2100 mm long with SS screws etc .complete as per direction of Engineer-in-Charge.

14.5.1 Polyester powder coated minimum thickness 50 micron aluminium tubular handle bar 24.00 each

14.6 Providing and fixing 100mm brass locks (best make of approved quality) for aluminium doors including necessary cutting and making good etc. complete. 7.00 each

14.7 Providing and fixing aluminium round shape handle of outer dia 100mm with SS screws etc. complete as per direction of Engineer-in-charge

14.7.1 Powder coated minimum thickness 50 micron

aluminium 4.00 each 15 WATER PROOFING

15.1 Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This layer will be allowed to air cure for 4 hours. b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.

603.00 sqm 15.2 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

Page 130: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 130

PROFORMA OF SCHEDULES

walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3 mm deep. e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed and specified by the Engineer-in-Charge :

15.2.1 With average thickness of 120 mm and minimum thickness at khurra as 65 mm. 48.00 sqm

Page 131: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 131

PROFORMA OF SCHEDULES

PART-C

SCHEDULE „A‟ TO „F‟ FOR MINOR COMPONENT OF THE WORK, GENERAL/SPECIFIC CONDITIONS, SPECIFICATIONS AND SCHEDULE OF QUANTITIES APPLICABLE TO MINOR COMPONENT OF THE ELECTRICAL WORK.

Page 132: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 132

PROFORMA OF SCHEDULES

PERFORMA OF SCHEDULE

SCHEDULE – „A‟, „B‟, „C‟, „D‟, „E‟ & „F‟ FOR MINOR COMPONENT (ELECTRICAL WORK)

(Operative schedules shall be supplied separately to each intending tenderer)

SCHEDULE ‘A’ Schedule of Quantities (as per PWD-3) As per separate sheets attached for Electrical Items

of Work. SCHEDULE ‘B’ Schedule of materials to be issued to the contractor:

S. No. Description of item Quantity Rates in figures & words at which the material will be charged to the contractor

Place of issue

1 2 3 4 5

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

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

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

1 2 3 4

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

SCHEDULE ‘D’ Extra schedule for specific requirements/document for the work, if any: As attached in

tender form

SCHEDULE ‘E’ Schedule of component of other Materials, Labour. POL etc. for price escalation:

NIL

CLAUSE 10 CC As per Civil Component

SCHEDULE ‘F’ Reference to General Conditions of contract.

Name of Work:

Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

Estimated cost of work: As per Civil Component

Page 133: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 133

PROFORMA OF SCHEDULES

i) Earnest money: Indicated in schedule F of Civil component

ii) Performance Guarantee: 5% of the tendered value

iii) Security deposit: 2.5% of the tendered value

GENERAL RULES & DIRECTIONS :

Officer inviting tender: As per Civil Component

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

See below

Definitions: 2(v) Engineer-in –Charge For Elect. Items of Work Executive Engineer (E),

Haldwani Project Elect. Divn, CPWD. Haldwani

As per Civil Component 2(vii) Accepting Authority

2(x) Percentage on cost of materials and labour to cover all overheads and profits

As per Civil Component

2(xi) Standard Schedule of Rates:

Electrical Items of Work: Schedule of rates – 2014 (internal)

Schedule of rates – 2014 (External)

2(xii) Department: Central Public Works Department

9(ii) Standard CPWD contract Form: CPWD form 8 as modified & corrected upto date (Whether correction vide latest circulars are incorporated or not in this document).

Clause 1 iii) Time allowed for submission of Performance

Guarantee from the date of issue of letter of acceptance

iv) Maximum allowable extension beyond the period as provided in i) above

15 Days

7 Days

Clause 2 Authority for fixing Compensation under Clause 2

Superintending Engineer (C), Haldwani Central Circle, CPWD. Haldwani Or successor thereof

Clause 2 A Whether Clause 2A shall be applicable Yes

Clause 5 i) Number of days from the date of issue of letter of acceptance for reckoning date of start

ii) Time allowed for execution of work

Authority to decide:

i) Extension of time

22 Days

As per Civil Component

Superintending Engineer (C),

Page 134: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 134

PROFORMA OF SCHEDULES

ii) Rescheduling of mile stones

Haldwani Central Circle, CPWD. Haldwani Or successor thereof

Superintending Engineer (C), Haldwani Central Circle, CPWD. Haldwani Or successor thereof

NOTE: Date of completion for civil as well as electrical items of work will be same. Levy of compensation under Clause 2 as well as fair and reasonable extension of time will be granted by the Superintending Engineer (C), Haldwani Central Circle, CPWD. Haldwani Or successor thereof in consultation with and on receipt of required information in this regard from Executive Engineer, Haldwani Central Division, CPWD, Haldwani for Civil works and Executive Engineer (El.), Haldwani Project Elect. Division, CPWD. Haldwani for Electrical work.

Mile stone(s)- As per construction programme. Same mile stones shall be applicable for civil as well as electrical parts of the work as attached. The electrical contractor will ensure that electrical components of the work are executed in time without giving any chance for slippage of mile stones on account of delay in execution of associated electrical works by him. However in case mile stones are not achieved by the contractor for the project the amount to be with held under clause 5 of the contract will be done by the Executive Engineer (C) only and not by Executive Engineer (E). In the event of not achieving the necessary milestones as assessed from mile stone bar chart, amount as shown in chart will be withheld for failure of each mile stone.

Clause 6, 6A Clause applicable As per Civil

Component 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

As per Civil Component

Clause 10A List of testing equipments to be provided by the contractor at site lab.

----

Clause 10 B (ii) & (iii)

Whether clause 10-B (ii) & (iii) shall be applicable. As per Civil Component

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

As per Civil Component

Clause 10 CA

Clause 10CA Materials Covered under this clause :

Nearest Materials(other than cement, Reinforcement bars and Structural Steel) for which All India Wholesale Price Index to be followed:

Base Price of all the materials covered under clause 10CA :

As per Civil Component

Clause 10 CC

Clause 10CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column

As per Civil Component

Clause 11 Specification to be followed for execution of work:

Page 135: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 135

PROFORMA OF SCHEDULES

For Electrical Items of Work:

CPWD General Specification 2005(Part-I) Internal & 1995 (Part-II) External amended upto date

Clause 12

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for building work 30%

12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work 100%

Clause 16 Competent Authority for Deciding reduced rates:

For Electrical Items of Work:

:

Superintending Engineer(El.), Dehradun Central Electrical Circle, CPWD, Dehradun

Clause 36(i) Requirement of Technical Representative(s) and Recovery Rate

Sl. No.

Minimum Qualification of Technical Representative

Dis

cip

line

Designation (Principal Technical/Technical representative

Min

imum

experie

nce

num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of Clause 36(i) Per person

Figures (Rs. Per person)

Words (Rs. Per person)

As per Civil Component

Assistant Engineers retired from Government services that are holding Diploma will be

treated at par with Graduate Engineers.

Clause 42

i) a) Schedule/ statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by CPWD

N.A.

ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put to tender not more than Rs. 5 lakhs.

N.A.

For works with estimated cost put to Tender is more than Rs. 5 lakhs

N.A.

b) Bitumen all works N.A.

c) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Page 136: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 136

PROFORMA OF SCHEDULES

Sl No

Description of items

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

Excess beyond permissible variation

Less use beyond the permissible variation

NIL

Page 137: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 137

PROFORMA OF SCHEDULES

TERMS AND CONDITIONS FOR INTERNAL AND EXTERNAL ELECTRICAL WORKS

General Commercial & Technical Conditions:

1.0 All the works shall be carried out as per CPWD General specification for Electrical

Works, Part-I (Internal) 2013 & Part-II (External) 1994, amended up to date and

should also comply with relevant provisions of the Indian Electricity Rules and Acts

as applicable, amended up to date.

2.0 The contractor is advised to visit the site of work to have an idea of the execution of

the work; failure to do so shall not absolve their responsibility to do the work as

specified in agreement.

3.0 Rates:

3.1. The work shall be treated as on works contract basis and the rates tendered shall

be for complete items of work (except the materials, if any, stipulated for supply by

the department) inclusive of all taxes (including works contract tax, if any), duties,

and levies etc. and all charges for items contingent to the work, such as packing,

forwarding, insurance, freight and delivery at site for the materials to be supplied by

the contractor, watch and ward of all materials (including those supplied by the

department, if any) for the work at site etc

3.2. Prices quoted shall be firm.

4.0 Taxes and Duties:

4.1. Being an indivisible works contract, Sales Tax, Excise Duty etc. are not payable

separately.

4.2. The works contract tax shall be deducted from the bills of the contractor as

applicable in the State in which the work is carried out, at the time of payments.

5.0 Mobilization Advance:

No mobilization advance shall be paid for the work, unless otherwise stipulated in

tender papers for any individual works/ composite work.

6.0 Completeness of Tender:

All sundry fittings, assemblies, accessories, hardware items, foundation bolts,

termination lugs for electrical connections as required, and all other sundry items

which are useful and necessary for proper assembly and efficient working of the

Page 138: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 138

PROFORMA OF SCHEDULES

various components of the work shall be deemed to have been included in the

tender, whether such items are specifically mentioned in the tender documents or

not.

7.0 Works to be arranged by the department:

Unless and otherwise specified in the tender documents, the following works

shall be arranged by the Department:

(i) Supply of materials to the contractor if stipulated in the tender documents.

8.0 Works to be done by the contractor:

Unless and otherwise mentioned in the tender documents, the following works shall

be done by the contractor, and therefore their cost shall be deemed to be included

in their tendered cost:-

(i) Foundations for equipments and components where required, including

foundations bolts.

(ii) Cutting and making good all damages caused during installation and

restoring the same to their original finish.

(iii) Sealing of all floor openings provided by him for pipes and cables, from fire

safety point of view, after laying of the same.

(iv) Painting at site of all exposed metal surfaces of the installation other than

pre-painted items like fittings, fans, switchgear/distribution gear items,

cubical switchboard etc. Damages to finished surfaces of these items while

handling and erection, shall however be rectified to the satisfaction of the

Engineer-in-Charge.

(v) Testing and commissioning of completed installation.

(vi) Storage space for all equipments, components and materials for the work

9.0 Storage and Custody of Materials:

The contractor has to make his own arrangement for the storage of the material at

site & necessary watch and ward of the electrical installation during the execution of

work till the same is handed over to the department. No extra payment will be made

on this account. The storage space shall however be arranged by the department

at site, if available.

The main contractor shall arrange for proper storage of the electrical fans and

fittings at site and that double lock system shall be arranged for the fans and fittings

after receipt at site until the time they are taken for installation. The contractor shall

Page 139: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 139

PROFORMA OF SCHEDULES

however be responsible for proper storage and safe custody of the same till their

installation and handing over to the department.

10.0 Electric Power Supply and Water Supply:

Power and water supply will be arranged by the contractor at the site for installation

purpose.

However, for final testing purpose after complete installation of the electrical items,

electricity supply will be made available free of cost to the contractor. Contractor will

take due care to ensure safety of electrical installation during execution of work.

11.0 Tools for handling and Erecting:

All tools and tackles required for handling of equipments and materials at site of

work as well as for their assembly and erection and also necessary test instruments

shall be the responsibility of the contractor.

12.0 Payment Terms:

Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of

the tender documents.

13.0 Co-ordination with other agencies:

The contractor shall co-ordinate with all other agencies involved in the building work

so that the building work is not hampered due to delay in his work. Recessed

conduit and other works, which directly affect the progress of building work, should

be given priority.

13.1. Care of buildings:

Care shall be taken by the contractor to avoid damage to the building during

execution of his part of the work. He shall be responsible for repairing all damages

and restoring the same to their original finish at his cost. He shall also remove, at

his costs, all unwanted and waste materials arising out of his work, from the site.

14.0 Structural Alterations to Buildings:

(i) No structural member in the building shall be damaged/altered, without prior

approval from the competent authority through the Engineer-n-charge.

(ii) Structural provisions like openings, cutouts, if any, provided by the

department for the work, shall be used. Where these required modifications,

or fresh provisions are required to be made, such contingent works shall be

carried out by the contract at his cost.

Page 140: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 140

PROFORMA OF SCHEDULES

(iii) All such openings in floors provided by the department shall be closed by the

contractor after installing the cables/conduits/rising mains etc. as the case

may be, by any suitable means as approved by the Engineer-in-charge

without any extra payment.

(iv) All chases required in connection with the electrical works shall be provided

and filled by the contractor at his own cost to the original architectural finish

of the buildings.

15.0 Addition to an installation:

Any addition, temporary or permanent, to the existing electrical installation shall not

be made without a properly worked out scheme/design by a qualified Electrical

Engineer to ensure that such addition does not lead to overloading, safety violation

of the existing system.

16.0 Work in occupied buildings:

(i) When work is executed in occupied buildings, there would be minimum of

inconvenience to the occupants. The work shall be programmed in

consultation with the Engineer-in-charge and the occupying department. If

so required, the work may have to be done even before and after the office

hours.

(ii) The contractor shall be responsible to abide by the regulations or restrictions

set in regard to entry into, and movement within the premises.

(iii) The contractor shall not tamper with any of the existing installations including

their switching operations or connections there to without specific approval

from the Engineer-in-charge.

17.0 Drawings:

(i) The work shall be carried out in accordance with the drawings and the

tender documents and also in accordance with modification thereto from

time to time as approved by the Engineer-in-charge.

(ii) All wiring diagrams shall be deemed to be „Drawings‟ within the meaning of

the term as used in Clause 11 of the conditions of contract (PWD 7 or PWD

8). They shall indicate the main switch board, the distribution boards (with

circuit numbers controlled by them), the runs of various mains and sub

mains and the position of all points with their controls.

(iii) After award of the work, the firm will be required to submit the drawings for

the proposed work including layout plan, conduit routes etc. Work will be

carried out as per the approved drawings.

Page 141: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 141

PROFORMA OF SCHEDULES

18.0 Conformity to IE act, IE Rules, and standards:

18.1. All electrical works shall be carried out in accordance with the provisions of Indian

Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of

call of tender unless specified otherwise). List of rules of particular importance to

electrical installations under these General Specifications is given in Appendix C for

reference.

19.0 General requirements of components:

19.1. Quality of material: All materials and equipments supplied by the contractor shall

be new. They shall be of such design, size and materials as to satisfactorily

function under the rated conditions of operation and to withstand the environmental

conditions at site.

20.0 Inspection of materials and equipments:

20.1. Materials and equipments to be used in the work shall be inspected by the

departmental officers. Such inspection will be of following categories:

(i) Inspection of materials / equipments to be witnessed at the Manufacturer‟s

premises in accordance with relevant BIS /Agreement Inspection Procedure.

(ii) To receive materials at site with Manufacturer‟s Test Certificate(s)

(iii) To inspect materials at the authorized dealer‟s go downs to ensure delivery

of genuine materials at site.

(iv) To receive materials after physical inspection at site.

20.2. Adequate care to ensure that only tested and genuine materials of proper quality

are used in work shall be ensured by firm. The firm shall ensure that:

(i) Material will be ordered & delivered at site only with the prior approval of the

department to ensure timely delivery.

(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears,

poles, rising main, other main items etc, its copy shall be endorsed to the

CPWD Engineer-in-charge.

(iii) The firm will be required to procure material like exhaust fans, MCB‟s & DB‟s,

switches & sockets, wires & cables, conduits and switchgears etc directly

from the manufacturer/ authorized dealers to ensure genuineness & quality

and as per the approved makes only. Proof in this regard shall be submitted

by the contractor before installation at site to the department.

(iv) Inspection at factory or at godown of the manufacturer, as required, shall be

arranged by the firm for a mutually agreed date. Certificate for genuineness

Page 142: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 142

PROFORMA OF SCHEDULES

of the fittings shall have to provided duly signed by the manufacturer‟s officer

not below the rank of Regional Manager.

(v) Delivery of material shall be taken up only with the consent of department,

after clearance of the material.

(vi) Department shall reserve the right to waive inspection in lieu of suitable test

certificate, at its discretion.

20.3. Similarly, for fabricated equipments, the contractor will first submit dimensional

detailed drawings for approval before fabrication is taken up in the factory. Suitable

stage inspection at factory also will be made to ensure proper use of materials,

workmanship and quality control.

21.0 Ratings of components:

21.1. All components in a wiring installation shall be of appropriate ratings of voltage,

current and frequency, as required at the respective sections of the electrical

installations in which they are used.

21.2. All conductors, switches and accessories shall be of such size as to be capable of

carrying the maximum current, which will normally flow through them, without their

respective ratings being exceeded.

22.0 Conformity to standards:

22.1. All components shall confirm to relevant Indian Standard Specifications wherever

existing. Materials with ISI certification mark shall be preferred.

22.2. Relevant Indian Standards including amendments or revisions thereof up to the date

of tender acceptance shall be applicable in the respective contracts for respective

items, firm to ensure its compliance.

23.0 Interchangeability:

Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears,

ceiling roses, brackets, pendants, fans and all other fittings of the same type shall

be interchangeable in each installation.

24.0 Workmanship:

24.1. Good workmanship is an essential requirement to be complied with. The entire work

of manufacture/fabrication, assembly and installation shall confirm to sound

engineering practice.

24.2. Proper supervision/skilled workmen: The contractor shall be a licensed electrical

contractor of appropriate class suitable for execution of the electrical work. He shall

Page 143: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 143

PROFORMA OF SCHEDULES

engage suitably skilled/licensed workmen of various categories for execution of

work supervised by supervisors / Engineer of appropriate qualification and

experience to ensure proper execution of work. They will carry out instruction of

Engineer-in-charge and other senior officers of the Department during the progress

of work.

24.3. Use of quality materials: Only quality materials of reputed make as specified in the

tender will be used in work.

24.4. Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in

a factory/workshop having modern facilities like quality fabrication, seven tank

process, powder/epoxy paint plant, proper testing facilities, manned by qualified

technical personnel. These shall be as per make / item approved.

25.0 Testing:

All testes prescribed in this General Specification, to be done before, during and

after installation, shall be carried out, and the test results shall be submitted to the

Engineer-in-charge in prescribed Performa, forming part of the Completion

Certificate.

26.0 Commissioning on completion:

After the work is completed, it shall be ensured that the installation is

tested and commissioned.

27.0 Completion plan and completion certificate:

27.1. For all works completion certificate after completion of work as given in Appendix –E

of CPWD Specification shall be submitted to the Engineer-in-charge.

27.2. Completion plan drawn to a suitable scale in A2 Sheet (It shall be laminated if

desired by the Site- in-Charge) indicating the following, and three copies of the

same shall also be submitted.

(i) General layout of the building.

(ii) Locations of main switchboard and distribution boards, indicating the circuit

numbers controlled by them.

(iii) Position of all points and their controls.

(iv) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans,

exhaust fans etc.

Page 144: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 144

PROFORMA OF SCHEDULES

(v) Name of work, job number, tender reference, actual date of completion,

names of Division/ Sub-division and name of the firm who executed the work

with their signature.

(vi) Cable layout showing general distribution diagram alongwith position of

cable joints, if any.

28.0 Guarantee

The installation will be handed over to the department after necessary testing and

commissioning. The installation will be guaranteed against any defective

design/workmanship. Similarly, the materials supplied by the contractor will be

guaranteed against any manufacturing defect, inferior quality. The guarantee period

will be for a period of 36 months from the date of handing over to the department.

Installation/ equipments or components thereof shall be rectified/ repaired to the

satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee

of material from the manufacturer to the department.

Note : The quantity of material in the BOQ is indicative. Contractor has to

assess the actual requirement of material at site before placing the order,

keeping in view the drawing and site requirement from the shortest route. No

claim for payment for unused excess material shall be entertained.

Page 145: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 145

PROFORMA OF SCHEDULES

ADDITIONAL CONDITIONS FOR ELCTRICAL WORK

The department shall deduct VAT as per prevalent Uttarakhand Value Added

Tax and Income Tax and other taxes on the value of work done from each bill of the

contractor as per prevailing Government instructions/orders. Labour cess as per

building and other construction worker‟s welfare cess act 1996 will be deducted

from all the bills payable to the firm. Presently the cess is at the rate of 1% of the

gross value of work done. In lieu, the department shall issue a certificate of

deduction of tax at source to the contractor in relevant forms.

1. The order of preference in case of any discrepancy as indicated in condition no.

1 under “Conditions of contract” given in the Standard CPWD Contract form

may be read as the following:

(a) Nomenclature of item as per Schedule of Quantities.

(b) Additional specifications, particular specifications and special conditions

for Electrical Works.

(c) General conditions.

(d) Contract Clauses of General conditions of contract for CPWD 2014.

(e) CPWD specifications for electrical works as applicable.

(f) Architectural/structural drawings and specifications mentioned in

drawings.

(g) Indian standard specifications of BIS.

(h) Sound engineering practice as per directions of the Engineer-in-charge.

(i) Manufacturers specifications.

A reference made to any Indian Standard Specifications in these documents,

shall imply reference 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

of relevant Indian Standards applicable to the work at site.

2. The main contractor shall engage appropriate class of contractor enlisted in

CPWD for electrical work. The main contractor shall not indulge in procurement

of electrical items and getting the work done on labour contract with the

electrical contractor. The whole electrical component shall be executed by the

eligible electrical contractor on a turnkey basis i.e. procurement of material &

engaging labour. The associate electrical contractor shall submit the

Page 146: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 146

PROFORMA OF SCHEDULES

completion certificate of electrical work executed by him alongwith necessary

test reports, completion plan etc.

3. The contractor shall take all safety precautions to avoid accidents by exhibiting

caution boards, red flags, red lights and by providing necessary barriers and all

other measures required from time to time. The contractor shall be responsible

for all damages and accidents due to negligence on his part.

4. The contractor shall give due notices to Municipality, Police and/or other

authorities that may be required under the law/rules under force and obtain all

requisite permissions/licenses for temporary obstructions/enclosures and pay

all charges which may be leviable on account of his execution of the work

under the agreement. Nothing extra shall be payable on this account.

5. The contractor shall leave such recesses, holes, openings, etc., as may be

required for the electric, air-conditioning and other related works. (For this

purpose any required inserts, sleeves, brackets, conduits, base plates, insert

plates, clamps etc. shall be arranged by the contractor and fix the same at the

time of casting of concrete, stone work & brick work, if required, and nothing

extra shall be payable on this account.

6. The contractor shall give a trial run of the equipments and machinery for

establishing its capability to achieve the specifications within laid down

tolerances to the satisfaction of the Engineer-in-charge before commencement

of work.

7. The work will be carried out in close coordination with the building work and

other agencies. Conduits will be laid in the slab within the specified time and it

will have to be ensured that the casting of slabs is not delayed for want of

laying of conduits. The conduits will also be laid in walls before the Plaster work

is undertaken so as to avoid breaking cutting of plaster while making chase for

laying of conduits subsequently. The contractor will have to employ adequate

labour for carrying out the work. No claim regarding the idle labour for any

reason will be entertained by the Department.

8. No tools and plants including special T&P etc. shall be supplied by the

department and the contractor will have to make his own arrangements at his

expenses.

9. All tools, plant and machinery provided by the contractor shall, when brought at

the site, be deemed to be exclusively intended for the construction and

completion of this work and the contractor shall not remove the same or any

Page 147: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 147

PROFORMA OF SCHEDULES

part thereof(save for the purpose of moving it from one part of the site to

another) without the consent of the Engineer-in-charge.

10. All materials shall be got checked & approved by the Engineer-in-charge on

receipt of the same at site before use and rejected material is to be removed

from the site immediately.

11. No foreign exchange shall be made available by the department for the

purchase of equipments, plants, machinery, materials of any kind or any other

items required to be carried out in execution of work.

12. The contractor shall carry out 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 contractors, 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 entire satisfaction of Engineer-in-charge.

13. All items which are not covered while carrying out electrical work shall be

removed and shall be cleared by the contractors as soon as the work is

completed.

14. The contractor shall give the Engineer-in-charge in every fortnight, a progress

report of the work done during the previous fortnight. The progress of work will

be reviewed periodically by the Engineer-in-charge with the contractor and

shortfalls, if any, sorted out. The contractor shall thereupon take such action as

may be necessary to bring back his work to schedule without any additional

cost to the department.

15. It shall be responsibility of the main contractor to sort out any dispute involved

with the associated contractor without any time and cost overrun to the

department. The main contractor shall be solely responsible for settling the

dispute/litigation arising out of his agreement with the associate contractor. The

contractor shall ensure that the work shall not suffer on this account.

16. The contractor shall quote his rates considering the specifications, terms &

conditions and particular specifications and special conditions etc. and nothing

extra shall be payable whatsoever unless otherwise specified.

17. The main contractor shall be responsible for coordinating the activities of all

works and essential progress of works as per milestone and laid down

program.

Page 148: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 148

PROFORMA OF SCHEDULES

18. The contractor shall be responsible for the watch and ward of the

site/property/material provided by him and materials issued by the department

against pilferage and breakage during the period of execution and thereafter till

the work is completed and physically handed over to the department.

19. Samples of all materials, fittings and other materials/articles required for

execution of the work shall be got approved from the Engineer-in-charge.

Materials/articles manufactured by the firms of repute as indicated in tender

documents and approved by the Engineer-in-charge shall only be used.

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

manner. Any sub-standard material or work beyond set out tolerance limits

shall be summarily rejected by the Engineer-in-charge.

21. The contractor shall be required to make a sample flat for each type at the

earliest opportunity using all approved materials for approval of Engineer in

charge before mass scale finishing works are taken up.

22. Even ISI marked materials shall be subjected to quality test at the discretion of

the Engineer-in-charge besides testing of other materials as per the

specifications described for the item/material. Whenever ISI marked materials

are brought to the site of work; the contractor shall, if required by the Engineer-

in-charge, furnish manufacturers test certificates to establish that the materials

procured by the contractor for incorporation in the work satisfy the provisions of

IS codes relevant to the material and/or the work done.

23. The contractor shall have to engage well experienced skilled labour and deploy

modern T&P and other equipments to execute the work.

24. The contractor will have to make his own arrangement for storage of materials.

No storage space shall be provided by department.

25. The contractor will have to make his own arrangement for water and power

supply for execution of works.

26. The contractor will have to ensure that the skilled labour i.e. wireman etc.,

Engaged in the execution of the work must possess valid electrical license,

otherwise he will not be permitted to execute the work.

27. The associate contractors executing the electrical works must possess the valid

electrical contractor license otherwise they will not be permitted to execute the

electrical works.

Page 149: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 149

PROFORMA OF SCHEDULES

28. The contractor shall be responsible for removal of all defects in the work during

the guarantee/warranty period. The department shall carry out routine

maintenance only. However, if any failure is noticed during this period which is

attributable to poor quality of material and bad workmanship, the contractor will

be required to rectify the same at his own cost, failure of which the department

will be at liberty to get the defects rectified at the risk & cost of the contractor.

The contractor will also be required to carryout his own inspection/testing

during the guarantee/warranty period and attend to any defect taking place

during this period.

29. Priority to arrange the material shall be decided by the department. However

material required for the work shall be brought at site only at the appropriate

time keeping in view the progress of building works as well as Electrical &

Mechanical works. Decision of Engineer-in -charge in this regard shall be final.

30. The contractor has to intimate his authorized representative, who will be

receiving instructions in his absence. The contractor /his authorized

representative is bound to sign the site order book as and when required by the

Engineer-in-charge and to comply with the instructions therein.

31. Suitable back plates providing for fixing the wall brackets and ceiling flush

fittings shall be supplied by the contractor free of cost.

32. It shall be responsibility of contractor to provide polythene/PVC plastic cover

for all SDBs/meter boards/feeder pillars/panels etc. so as to protect them

from wear & tear/damage during execution stage. Contractor shall provide the

covers for the materials if any being supplied departmentally also. Nothing

extra shall be paid on this account.

33. Contractor is fully responsible for any kind of damage to the LT/HT cable during

execution of work. No joints shall be allowed if the cable is damaged.

Contractor has to replace the full length at his own cost.

34. A suitable brass/tinned copper neutral link shall be fixed at suitable place in the

Metallic outlet boxes of all sizes to terminate neutral wire properly. Nothing

extra shall be paid on this account.

35. An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic

washers or suitable earth bar of Brass/tinned copper with tinned copper

thimbles/ferrules/lugs should be suitably fixed at suitable place in the Metallic

outlet box for termination of protective earth conductor. Nothing extra shall be

paid on this account.

Page 150: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 150

PROFORMA OF SCHEDULES

36. In the outlet boxes, phase from one switch to other switch shall be looped with

suitable size of solid copper conductor. Nothing extra shall be paid on this

account. Stranded conductor shall not be accepted.

37. Only required number of knockouts should be removed from Metallic outlet

boxes for entry of conduits. If more than required number of knockouts are

removed, the Metallic outlet box shall not be accepted.

38. Separate G.I. boxes shall be used for staircase light switches and bell push.

Nothing extra shall be paid on this account.

39. Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape

thimble/lugs/ferrules. Nothing extra shall be paid on this account.

40. To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with

laying of recessed conduit. Nothing extra shall be paid on this account.

41. Cable connection to switch gear is deemed to be included in the item of end

termination. No extra payment shall be made for that.

Page 151: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 151

PROFORMA OF SCHEDULES

TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS

1. All hardware items such as screws, thimbles, connectors, earth/neutral

terminals, wires etc. which are essentially required for completing any item

as per specifications will be deemed to have been included in the item even

when the same have not been specifically mentioned.

2. All hardware material such as nuts/bolts/screws/washers etc. to be used in

the work shall be zinc/cadmium plated iron. The galvanized boxes of modular

switch/sockets etc. shall be of the same make as of switch/socket etc.

3. While laying conduit, suitable minimum number of junction boxes shall be left

for pulling the wires. These shall be placed in such a way that the same do

not remain noticeable.

4. Any conduit which is not be wired by the contractor shall be provided with GI

fish wire for wiring by some other agency subsequently. Nothing extra shall

be paid for the same.

5. Multi stranded FRLS PVC insulated copper conductors wires are to be used

in the work. Termination of multi-stranded conductors shall be done using

crimping type copper thimbles at both the ends. Nothing extra shall be paid

for the same.

6. The contractor shall follow the shortest route for circuits, submain, point

wiring etc.

7. The connections of switches, sensors, earthing conductors &

interconnections cables shall be made by adequate rating thimbles of

approved standard makes only and nothing extra on this account shall be

paid.

8. Check nuts shall be provided while terminating the M.S. conduits in switch

board boxes for which nothing extra shall be paid.

9. All distribution boards shall be marked with circuits controlling the

rooms/area/SDB controlled

10. Material to be used in the work shall be ISI marked. The makes of material

have been indicated in the list of acceptable makes. No other make will be

acceptable. The material to be used in the work shall be got approved from

the Engineer-in-charge before its use at site. The Engineer-in-charge shall

Page 152: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 152

PROFORMA OF SCHEDULES

reserve the right to instruct the contractor to remove the material which, in his

opinion, is not as per specifications

11. While deciding the size of switch boxes for light points/fan point, exhaust fan

point items, extra two modules will be provided for each fan point for fixing of

regulator(s) (fan regulator is to be provided under different item). Wherever

extra modules are available, the same shall be provided with blanking plates

without any extra cost.

12. Modular type switches/sockets/telephone outlets/TV sockets are to be

provided wherever indicated in the items. The same shall be of only one

make. The modular plates of switches, sockets, telephone & TV sockets etc.

shall be in two parts i.e. plates with frames with in quoted rates.

13. The building shall be provided with false ceiling in various areas. In order to

avoid maintenance problem the contractor will not provide any ceiling

rose/connector/looping box etc. above the false ceiling. The point wiring in

that case will be extended up to the fitting/fan etc. directly without provisions

of any termination arrangement in between. The wire from the end point up

to the fixture shall be considered to be included in the point wiring. Nothing

extra shall be paid for the same.

14. Wherever it is not possible to provide rigid conduits, flexible conduit pipe

shall be provided for drawing/running the wires. However, such arrangement

has to be kept to the barest minimum and only with the prior approval of

Engineer-in-charge.

15. Earthing and all hidden items of work shall be carried out in the presence of

the Engineer-in-charge or his authorized representative.

16. The fan box cover shall be made from 3mm thick phenolic laminated sheet

as per CPWD specification.

17. The contractor shall provide only metallic junction boxes/looping boxes with

cover of required sizes even in PVC conduiting and such boxes shall be

measured as a part of conduit/wiring without any extra payment.

18. The metallic junction boxes & looping boxes shall be covered with approved

makes of phenolic laminated sheet. For telephone, television & fire alarm

system shall be provided at all the floors with in scope of work without any

extra cost as per requirement & layout approved by Engineer-in-charge.

Page 153: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 153

PROFORMA OF SCHEDULES

19. The firm has to go through the site order book kept with the Junior Engineer

(E) regularly and has to sign the same and carryout the instructions recorded

therein by various officers of the department.

20. The quantities of various items may vary from the quantities given in

schedule of work. The agency shall bring the various items & materials as

per actual requirement at site at the time of execution of work. Excess

quantities shall not be accepted & paid by the department.

21. The ceiling roses wherever required to be provided are included in the scope

of work without extra payment and the same shall also be of modular type &

of the same make as that of switches & sockets alongwith earthing provision.

22. The MCB should be of same make as that of MCB DBs.

23. Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules.

Nothing extra shall be paid on this account. The lugs/thimbles/ferrules

pressed by conventional/ordinary pliers shall not be accepted.

24. The MCB distribution boards shall be factory fabricated in the works of the

manufacturer of the MCB‟s of any of the makes specified and the same shall

be duly pre-wired in the works. The board shall be brought to site in ready for

installation condition. The MCBs and the MCB distribution board shall be of

the same make.

25. MCCB should have centrally adjustable overload setting 80% to 100% &

short circuit setting adjustable from 500% to 1000% of nominal current for

thermal type & overload setting 40% to 100% & short circuit setting

adjustable from 150% to 1000% of nominal current for microprocessor type

MCCB. All MCCB should be ICS=ICU.

Page 154: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 154

PROFORMA OF SCHEDULES

ADDITIONAL SPECIFICATION AND CONDITIONS FOR ELECTRICAL WORKS

1. The work shall be carried out strictly in accordance with CPWD

specifications for electrical works Part-I Internal 2005 and 1995 (external) as amended upto date and in accordance with Indian Electricity Rules, 1956, Indian Electricity Act, 1910 as amended upto date and as per instructions of the Engineer-in-Charge including as below and nothing will be paid extra.

2. All materials and makes to be used on this work by the contractor shall be got approved from the Engineer-in-Charge before use at site. Department has right to inspect the material at manufacturers’ place before installation at site.

3. The Engineer-in-charge shall reserve the right to instruct the contractor to remove the material, which in his opinion, is not as per specifications / makes as acceptable & duly attached / specified in the tender form.

4. The work shall be carried out according to approved drawings/details which shall be subsequently issued to the successful for execution of work and as per instructions of the Engineer-in-Charge who will have the right to change the layout as per requirement at site and the contractor shall not have any claim due to change in layout.

5. All damages done to the building, roads, pathways, floors, walls during execution of electrical work shall be the responsibility of the contractor and the same will be made good immediately at his own cost to the satisfaction of the Engineer-in-Charge. Any expenditure incurred by the department in this condition shall be recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be final.

6. The bad workmanship will not be accepted and defects shall be rectified at contractor’s cost of the satisfaction of the Engineer-in-Charge. The programme of electrical works are to be co-ordinated in accordance with the building work and no claim for idle labour will stipulated in the tender, electrical work shall have to be completed within 30 days of the completion of civil work.

7. All the debris of the electrical works should be removed and the site should be cleared by the contractor immediately after the accruing of debris. Similarly any rejected material should be immediately cleared off from the site by the contractor.

Page 155: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 155

PROFORMA OF SCHEDULES

8. Issue of material to the contractor wherever stipulated, shall be according to the requirement at site from time to time depending upon the progress of work.

9. Cement for this bonafied work is to be arranged and used by the contractor himself and nothing extra will be paid on this account.

10. The contractor or his representative is bound to sign the site order book as and when required by the Engineer-in-Charge and to comply with the remarks therein.

11. The size of conduit and wiring shall be got approved from the Engineer-in-Charge before taking upto the execution.

12. The contractor shall make his own arrangement at his own cost for electrical / general tools and plants required for the work

13. Main board and main distribution board: The work shall be carried out according to the drawings/details as approved by the Engineer-in-Charge. The contractor shall have to get the samples approved before the whole lot is brought to site and it shall include all inter connections etc.

14. No Central/State sales tax/VAT/Contract tax/Excise duty etc. shall be separately paid by the department. The rates tendered should be inclusive all taxes and duties (exclusive of service tax) Deduction of contract tax at source shall be made while releasing payment through running/final bills @ 4% of such sum or as applicable . A certificate specifying the rate and amount of deduction shall however be issued. No Form-D, 31/32 (Road permit) shall be issued by the department. The road permit shall be arranged by the tenderer on his own.

15. The entire installation shall be at the risk and responsibility of the contractor until these are tested and handed over to the department. However if there is any delay in construction from the department side, the installation may be taken over in parts, but the decision on the same shall rest with Engineer-in-Charge which shall be binding on the contractor.

16. Notwithstanding the schedule of quantities, all items of interrelated works considered necessary to make the installation complete and operative are deemed to be included shall be provided by the contractor at no extra cost.

17. The proof of purchase in the form of Invoice/cash memo, of all the major components such as Cables, Wires, Fittings, MCB DB’s, Geysers, Exhaust fans etc. shall have to be produced by the

Page 156: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 156

PROFORMA OF SCHEDULES

contractor at the time of final bill or as and when demanded by the department.

18. The report of all the XLPE insulated PVC sheathed armoured power cables used at site of work shall have to be submitted by the contractor at the time of submission of final bill.

19. The connection, inter connection, earthing and inter earthing for all fittings / fans etc. shall be done by the contractor wherever required and nothing extra shall be paid on this account.

20. Some of the items of work, if already executed: on that case the successful tenderer shall have to use these items for completing the work. For wiring, the existing conduit wherever required shall be used by the contractor. The recovery will be made for these items as accepted rate of other agencies.

21. Nothing extra shall be paid for :-

(a) Inter connections with thimbles/wires/tapes strips etc.

Page 157: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 157

PROFORMA OF SCHEDULES

SPECIAL CONDITIONS

The main lowest tenderer have to submit the following documents for

association of electrical contractor at least 7 days prior to depositing performance

guarantee.

1. The applicant should submit the willingness from an eligible electrical

contractors to get associated with the applicant for execution of the electrical

component of works in wholesome manner and as per the conditions set out

in the MOU to be entered into, between the one who is awarded the work

and the associated eligible electrical contractor.

2. In support of the eligibility conditions of the proposed associated electrical

contractor, copy of their registration documents, Electrical Contractor‟s

License, Sales Tax Documents duly attested by the applicants (Main

Contractor) shall be submitted to the EE(C) who will submit these documents

to the SE(E) through Executive Engineer (E) in charge for deciding the

eligibility within three days of receipt of the same. Each such an electrical

contractor will certify that they are not debarred as on the day of application

for sale of tender.

3. The main contractor will submit MOU signed with eligible registered electrical

contractor of CPWD only. The MOU in the enclosed form shall be signed by

both the parties i.e. main contractor as 1st party and associated electrical

contractor as 2nd party.

4. In the event of the concerned E&M agency not performing satisfactorily or

failure of associate/ sub-contractor to complete the E&M work, the main

contractor on the written direction of the department, shall remove the

Associate/sub-contractor deployed on the work and shall submit name of

new associate who fulfill the conditions mentioned in NIT to execute the

leftover work without any loss of time or variation in cost to the department in

this regard. Such associates shall also enter into tripartite

Agreement/Contract along with the main tenderer and the departmental

officer and shall meet all the guarantee for the equipments already supplied

for which payment has been released by the Deptt. in part. If any equipment

supplied for the work, during the currency of the earlier Associate/sub-

contractor and paid partly by the Deptt. ,becomes redundant /not in a position

to be installed and commissioned and put to beneficial use due to change in

agency for execution of E&M work, the main contractor shall be liable for

replacement of the equipment(s) at no cost to Department. No change of

Page 158: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 158

PROFORMA OF SCHEDULES

Electrical Contractor will be allowed without prior approval of the

Superintending Engineer (E).

5. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical

works are concerned. Separate tender schedule abbreviated CPWD-8 and

Special Conditions for Electrical Work are appended with this tender. It will

be obligatory on the part of the contractor/tenderer to sign the tender

documents for all the component parts. After award of the work, the

contractor will have to execute separate agreement for electrical component

of the work with Executive Engineer (E), HPED, CPWD, Haldwani. The main

contractor shall not indulge in procurement of items and getting the work

done on labour contract with the associate electrical contractor. The whole

E&M component shall be executed by the eligible associate electrical

contractor on a turnkey basis i.e. procurement of material & engaging labour.

The associate electrical contractor shall submit the completion certificate of

E&M work executed by him alongwith necessary test reports, completion

plan etc.

6. The main contractor shall be responsible and liable for proper and complete

execution of the Electrical work and ensure coordination and completion of

both civil and electrical work.

7. The associate or sub-contractor shall sign a tripartite Agreement/Contract

along with the main tenderer and the departmental officer, for technical

compliance of specification, guarantee etc.

8. The associate or sub contractor shall attend the inspection of the work by the

Engineer-in-Charge of E&M works as and when required.

9. Drawing & Inventories:- The list of electrical drawing and Inventories are

attached

(a) The Contractor is required to submit Good for Construction (GFC) based

on Inventories

(b) The Contractor has to submit and get approval from Engineer-in-Charge

of actual conduit layout in the drawings before execution of any conduit

work.

Page 159: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 159

PROFORMA OF SCHEDULES

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN 1] M/S [Name of the firm with full address]

Enlistment Status Valid Upto: [Henceforth called the main contractor]

And 2] M/S [Name of the firm with full address]

Enlistment Status Valid Upto: [Henceforth, called Associated Electrical Contractor or Electrical Contractor]

For the execution of Electrical Work “Development of Permanent Infrastructure at

42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital,Quarter guard, Quarter Master Store, including

Internal Electrical Installation and Fans)..”

We state that M.O.U between us will be treated as an agreement and has legality as per Indian Contract Act [amended upto date] and the department [CPWD] can enforce all the terms and conditions of the agreement for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement to the extent this MOU allows. Both the parties shall be paid consequent to the execution as per agreement to the extent this MOU permits. In case of any dispute, either of us will go for mediation/arbitration by the Superintending Engineer[E]. Any of us may appeal against the mediation/arbitration to the Chief Engineer, NZ-IV, CPWD, Dehradun. His decision shall be final and binding on both of us. We have agreed as under:

1] The electrical contractor will execute all electrical works in the wholesome manner as per terms and conditions of the agreement. Payment of the associated electrical contractor shall be governed vide para 19.1.11 & 19.1.12 of CPWD-6 & clause 7 of GCC-2010.

Page 160: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 160

PROFORMA OF SCHEDULES

2] The electrical contractor shall be liable for disciplinary action if he failed to discharge the action[s] and other legal action as per agreement besides forfeiture of the security deposit.

3] All the machinery and equipments, tools and tackles required for execution of the electrical works, as per agreement, shall be the responsibility of the electrical contractor.

4] The site staff required for the electrical work shall be arranged by the electrical contractor as per terms and conditions of the agreement.

5] Site order book maintained for the said work shall be signed by the main contractor as well as by the Engineer of the Associated Contractor or by Associated Contractor himself.

6] All the correspondence regarding execution of the electrical work shall be done by the Department with the Main Contractor with a copy to the associated contractor. In case of non-compliance of the provisions of agreement, the main contractor, as well as the associated contractor shall be responsible. The action under clauses 2 and 3 shall be initiated and taken against the main contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED ELECTRICAL CONTRACTOR. Date: Date Place Place:

COUNTERSIGNED

EXECUTIVE ENGINEER (ELECTRICAL) HALDWANI PROJECT ELECTIRCAL DIVISION,

CPWD, HALDWANI

Page 161: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 161

PROFORMA OF SCHEDULES

WILLINGNESS CERTIFICATE

Name of work : Development of Permanent Infrastructure at 42nd Bn. Hqrs.

SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

I hereby give my willingness to work as electrical contractor for the above mentioned work.

I will execute the work as per specifications and conditions for the

agreement and as per direction of the Engineer-in-Charge. Also I will engage full

time technically qualified supervisor/engineer for the works. I will attend inspection

of officers of the department as and when required.

Dated: Signature of the Electrical Contractor

Page 162: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 162

PROFORMA OF SCHEDULES

LIST OF ACCEPTABLE MAKES

S.

No.

Item Name of Manufacturers

1. FRLS PVC insulated copper conductor

single core cable for wiring. (ISI marked)

Universal / Nicco / Finolex / L&T / R.R Kabel /

HPL / Polycab/ Havells.

2. Telephone Cables Co-axial TV cables Delton / Kent / Finolex / Polycab / HPL.

3. XLPE insulated PVC sheathed aluminum

cable upto 1.1 KV Gd

Polycab / L&T/ KEI/ R.R Kabel / CCI /Universal/

Havells.

4. M S Conduit i/c accessories (ISI marked) AKG /BEC / NIC / Steelcraft.

5. PVC conduit i/c accessories Precision /Asian / AKG / BEC / Kalinga .

6. DWC Pipe REX / Duraline / Gemini pipe / Teleorr.

7. GI Pipe Tata /Jindal (Hissar) / Prakash Surya / Swastik.

8. Modular switch, socket / Telephone socket

/ cable TV socket / Data outlet Socket /

Metal Boxes / Occupancy sensor/ Fan

Regulator.

Legrand / M.K. / Anchor / Havells /Crabtree

/ABB/Panasonic.

9. Cat-6Cable Legrand/Awaya/Cisco.

10. Terminal Blocks and connectors Elmex / Essen / Connect Well.

11. MCCB, MCB DB, RCBO’s / RCCB’s Schneider Electric / Legrand / L&T Hagger /

ABB / Siemens/ Crabtree (Xpro).

12. MCB / Timer Schneider Electric / Siemens / L & T / Legrand /

L&T Multiline / ABB / Havells.

13. Ammeter / Voltmeter

AE / IMP / Rishabh / HPL

(only digital type to be used)

14. Selector Switch / CT’s Kayee / Siemens / Bhartiya Cutler Hammer /

L&T

15. Change over Switch / Meter Board HPL / H-Elcon / Standard / L&T / Siemens /

Havells

16. Indicating Lamps Teknic / Siemens / L&T / Vaishnov

17. Energy Meter / Multifunctional / Intelligent

Energy Meter.

HPL / L&T / Hensel / Anchor / Siemens.

Page 163: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 163

PROFORMA OF SCHEDULES

18. Ceiling fan. Crompton / Orient / Polar / Khaitan / Ortem /

Usha / Havells.

19. Exhaust fan. Alosthom/Crompton/GE

20. Fluorescent / CFL / LED fittings i/c

straight, retrofit and spiral CFL tube and

fittings.

GE / Osram / Phillps / Wipro / Crompton / Surya

/ Havells.

21. Fancy Wall Brackets DECON / Phillips / Twinkle / Electrocine

22. Angle Holder /Batten Holder (ISI marked) Kinjal / Emperor / Anchor

23. Paints ICI / Asian / Berger

24 Panel Board / Feeder Pillar Tricolite Electric Industries (Pvt.) Ltd./ Advance

Panel and Switchgears Pvt. Ltd. / Adlec Mundka

/ Associated Switch Gears projects Ltd./

Prestine / Neptune / Sudhir Gesets Ltd. /

Advanace Power Control system Pvt. Ltd. /

Control & Switchgears Pvt. Ltd. / Sterling willson

/ Milestorne / Unilec / ABB make.

25 G.I. Octogonal Pole Bajaj/Volmont/Transrail

26 LED Street Light fittings Philips/wipro/Crompton

27 Call Bell Anchor-Roma/Panasonic/Legrand/Emperor

28 Electronic Fan Regulator Anchor-Roma/Panasonic/Emperor/Legrand

Page 164: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 164

PROFORMA OF SCHEDULES

Schedule of Work (Electrical)

Name of Work:- Development of Permanent Infrastructure at 42nd Bn. Hqrs.

SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential Buildings consisting of Trademen Shop, GO’s Mess & Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master Store, including Internal Electrical Installation and Fans).

S.No. Description of Item Qty Rate Unit Amt.

(SH:-Wiring)

1 Wiring for light point/fan point/Exhaust fan point/call bell point with 1.5 Sqmm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc.as required.

a) Group-A 33 677.00 Pt. ₹ 22,341.00

b) Group-B 748 811.00 Pt. ₹ 6,06,628.00

c) Group-C 439 1003.00 Pt. ₹ 4,40,317.00

2 Wiring for twin control light point with 1.5Sqmm FRLS PVC insulated copper conductor single core cable in surface/recessed steel conduit, 2 way modular switch modualr plate, suitable GI box and earthing the point with 1.5Sqmm FRLS PVC insulated copper condutor single core cable etc as required. 15 1069.00 Pt. ₹ 16,035.00

3 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. 4000 233.00 Mtr ₹ 9,32,000.00

Page 165: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 165

PROFORMA OF SCHEDULES

4 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. 1550 359.00 Mtr ₹ 5,56,450.00

5 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required

a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 2800 175.00 Mtr ₹ 4,90,000.00

b) 4 X 1.5 sq. mm + 2 X 1.5 sq. mm earth wire 700 237.00 Mtr ₹ 1,65,900.00

c) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 700 315.00 Mtr ₹ 2,20,500.00

d) 4 X 6 sq. mm + 2 X 6 sq. mm earth wire 250 509.00 Mtr ₹ 1,27,250.00

e) 4 X 10 sq. mm + 2 X 10 sq. mm earth wire 250 803.00 Mtr ₹ 2,00,750.00

f) 4 X 16 sq. mm + 2 X 16 sq. mm earth wire 150 1177.00 Mtr ₹ 1,76,550.00

6 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. 218 395.00 Each ₹ 86,110.00

7 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). 281 303.00 Each ₹ 85,143.00

SH:-II (Fittings)

Page 166: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 166

PROFORMA OF SCHEDULES

1 Supplying, installation, testing and commissioning of surface and wall mounted 4ft. 1x28 Watt T-5 fitting complete with all accessories and 28watt lamp i/c connection with copper wire etc as required. 152 660.00 Each ₹ 1,00,320.00

2 Supplying, installation, testing and commissioning of surface and wall mounted 4ft. 1x18 Watt T-5 fitting complete with all accessories and 18watt lamp i/c connection with copper wire etc as required. 134 460.00 Each ₹ 61,640.00

3 Supplying, Installation, testing & commissioning of mirror light fitting suitable for 1 x 10/11 watt CFL fitting complete with all acessories & CFL Lamp i/c connection with copper wire etc as required. 39 550.00 Each ₹ 21,450.00

4 Supplying, Installation, testing & commissioning of sleek Sq. Surface/Circular Down lighter fitting suitable for 15/18 Wt CFL complete in all respect including lamp & connection with copper wire etc as required. 87 850.00 Each ₹ 73,950.00

5 Supplying, Installation, testing & commissioning of Vertical Down lighter fitting (on the each side of Bed) suitable for retrofit 5/8 Wt CFL / 60 Wt GLS lamp complete in all respect including lamp & connection with copper wire etc as required. 120 520.00 Each ₹ 62,400.00

6 Supplying, Installation, testing & commissioning of recess/surface type square Down lighter fitting suitable for single 36/26 Wt CFL complete in all respect including lamp & connection with copper wire etc as required. 61 1825.00 Each ₹ 1,11,325.00

7 Supplying, Installation, testing & commissioning of recess/surface type square Down lighter fitting suitable for single 36/2613/18 Wt CFL complete in all respect including lamp & connection with copper wire etc as required. 266 1700.00 Each ₹ 4,52,200.00

Page 167: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 167

PROFORMA OF SCHEDULES

8 Supplying, Installation,testing and commissioning of wall mounted Fancy wall bracket fitting with unbreakable polycarbonate top/Shaed duly wired lamp holder suitable for retrofit CFL complete with 13watt CFL lamp i/c connection with 1.5 Sqmm FRLS PVC insulated copper conductor, single core cable and earthing etc. as required.

20

1015.00

Each ₹ 20,300.00

9 Supplying and fixing polycarbonate/Brass Batton angle holder complete with 13/15w retrofit CFL lamp including connections etc as required.

19

194.00

Each ₹ 3,686.00

10 Supplying, Installation,testing and commissioning of bulk head fitting complete with all accessories and 2 Pin 9 watt CFL Lamp directly on ceiling/wall i/c connection with copper wire etc. as reqd.

25

1061.00

Each ₹ 26,525.00

11 Supplying, Installation,testing and commissioning of following sizes of energy efficient electric ceiling fan capacitor type with double ball bearing complete with capacitor, 300 mm down rod, canopies, three numbers blades made of Aluminium alloy, but without speed regulator , suitable for single phase AC, 230 volts 50 Hz, supply with 3 x 1.5 Sqmm FRLS PVC insulated copper conductor , single core cable etc as required.

a) 1200 mm sweep 82 1603.00 Each ₹ 1,31,446.00

b) 1400 mm sweep 170 1850.00 Each ₹ 3,14,500.00

12 Supplying and fixing Two module stepped type electronic fan regulator on the existing modular plate switch box i/c connections etc. as required. 252 591.00 Each ₹ 1,48,932.00

13 Supplying, installation, testing & commissioning of 230 mm sweep fresh air fan complete with louvers/shutters in the existing opening i/c connection with 13/0.20 mm Twin core PVC sheathed flat 3 1670.00 Each ₹ 5,010.00

Page 168: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 168

PROFORMA OF SCHEDULES

flexible copper cable, testing and commissioning etc as required.

14 Supplying, installation, testing & commissioning of 300mm sweep 900 RPM Heavy Duty Exhaust fan complete with louvers/shutters in the existing opening i/c connection with 13/0.20 mm Twin core PVC sheathed flat flexible copper cable, testing and commissioning etc as required. 58 3342.00 Each ₹ 1,93,836.00

15 Extra for making exhaust fan opening for fresh air/ Exhaust fan to install 230 mm sweep fresh air/ Exhaust fan i/c making good the damage etc as required. 61 313.00 Each ₹ 19,093.00

16 Supplying and fixing of Ding dong/electronic type call bell suitable for D.C. /A.C. supply, single phase, 230 volts, complete etc. as required. 28 240.00 Each ₹ 6,720.00

17 Supplying and drawing following pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.

a) 2 pair 800 18.00 Mtr ₹ 14,400.00

18 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

a) 20 mm 1000 121.00 Mtr ₹ 1,21,000.00

b) 25 mm 400 142.00 Mtr ₹ 56,800.00

19 Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing surface/ recessed steel/ PVC conduit as required. 300 28.00 Mtr ₹ 8,400.00

Page 169: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 169

PROFORMA OF SCHEDULES

20 Supplying and drawing of UTP 4pair CAT-6 LAN cable in the existing surface of the recess steel / PVC conduit as reqd. 400 33.00 Mtr ₹ 13,200.00

21 Supplying and fixing metal box of following sizes (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including painting etc as required.

a) 75 mm X 75 mm X 60 mm deep 75 89.00 Each ₹ 6,675.00

22 Supplying and fixing following modular type switch/socket on the existing switch box/cover including connection etc as required.

a) Telephone socket outlet 59 95.00 Each ₹ 5,605.00

b) TV antenna socket outlet 16 94.00 Each ₹ 1,504.00

23 Supplying and fixing following size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc as required.

a) 1 or 2 Module (75mmX75mm) 75 166.00 Each ₹ 12,450.00

24 Supplying, installation,testing and commissioning of power strip consisting of 2 Nos. 6A socket & 1 No. 16A socket controlled by 16A switch with 01 No.indicator along with suitable size GI box i/c connection etc. as required. (for computer) 52 1549.00 Each ₹ 80,548.00

25 Supplying and fixing of 20 amps, 240 volts DP sheet steel enclosure with 1 No. 20 amps 10 KA rating "C" series DP MCB on on surface ro in recess i/c making provision for entry of electrical cord of AC/Geyser, with conections i/c testing and commissioning etc as required. 4 785.00 Each ₹ 3,140.00

SH:-III ( MCB DB and Panel Board)

Page 170: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 170

PROFORMA OF SCHEDULES

1 Supplying and Fixing 63 Amps., 415 Volts, TPN Industrial type, Socket Outlet, with 3 Pole and earth, metal enclosed plug top along with 63 Amps. C series TP MCB in sheet steel enclosure, on surface or in recess, with chained metal cover for socket outlet and complete with connection , testing and commissioning etc. as reqd. (Legrand Make Cat No. 6070880 or equivalent in make list attached.(For Hospital) 14 12062.00 Each ₹ 1,68,868.00

2 Supplying, Installation, testing & commissioning of surface/recess mounting , 415 volts, TPN/SPN MCB distribution board, phosphatized and powder painted, inclusive of 200 amps tinned copper/Aluminium bus bar , common netural link, earth bar, din bar, for mounting MCB's detachable gland/knock out plate, and busbars of following ways ( but without MCB's) as required.

a) 4 way VTPN MCB DB 2 4478.00 Each ₹ 8,956.00

b) 8 way Vertical Type TPN MCB DB 2 5641.00 Each ₹ 11,282.00

d) 6/8 way ETPN MCB DB 13 5641.00 Each ₹ 73,333.00

3 Supplying, Installation, testing and Commissioning of following way company fabricated E-TPN sheet steel MCB distribution board double metal door type with IP-43 protection along with loose wire box matching with DB having provision for MCB as incomer 415 volts on surface/recess, complete with tinned copper bus bar din bar , detachable gland plate interconnection including earthing powder coated shade as DB etc as reqd( but without MCB)

a) 12 way ETPN MCB DB 2 8616.00 Each ₹ 17,232.00

4 Supplying, Installation, testing and Commissioning of following way company fabricated E-TPN sheet steel MCB distribution board double metal door type with IP-43 protection along with loose wire box matching

Page 171: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 171

PROFORMA OF SCHEDULES

with DB having provision for MCB as incomer 415 volts on surface/recess, complete with tinned copper bus bar din bar , detachable gland plate interconnection including earthing powder coated shade as DB etc as reqd( but without MCB)

a) 6 way ETPN (4 + 18) way double door 4 7357.00 Each ₹ 29,428.00

5 Supplying and fixing of following rating, 415 volts, "C" series, miniature circuit breaker suitable for lighting and other load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a) 100 Amp TP/TPN MCB 18 7270.00 Each ₹ 1,30,860.00

b) 63 Amp 4 pole MCB 14 2377.00 Each ₹ 33,278.00

c) single pole 5Amp to 32 Amp 340 169.00 Each ₹ 57,460.00

d) 40 Amp TPN MCB 1 2377.00 Each ₹ 2,377.00

6 Fabrication,Supplying, Installation, Testing & Commisioning of cubical type wall / floor mounted compartilised panel board of suitable size fabricated from 2mm thick CRCA MS sheet suitable for 415/500 volts, 50 Hz A.C. Supply with gland plate for cable gland hinged front door openable with locking arrangement i/c 300 Amps 4 strip Alu. bus bar, connection interconnection, earthing arrangement, treated with 7 tank process, powder coated painted with approved colour and shade i/c errection etc as required. (As per approved drawing and Depth shall not be less than 300 mm.) For 2 Job 3.5 15067.00 SqM ₹ 52,734.50

7 Providing and fixing following accessories in the existing panel/fidder pillar including testing and commissioning complete etc. as required.

a) 250 Amps, 36 KA, 3 Pole, MCCB with Spreader link (Incoming) 3 13999.00

Each

₹ 41,997.00

b) 100 Amps, 16 KA, 3 Pole, MCCB with 9 7483.00 Each ₹ 67,347.00

Page 172: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 172

PROFORMA OF SCHEDULES

Spreader link (Outgoing)

c) 32 Amps, 10 KA, SPN MCB (Outgoing) 9 825.00 Each ₹ 7,425.00

8 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 15/16 amps modular socket outlet and 15/16 amps modular switch with 20Amp "C" Series MCB connection etc. for power point as required. 35 564.00 Each ₹ 19,740.00

SH:-IV (Earthings)

1 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. 56 4490.00 Set ₹ 2,51,440.00

2 Providing and fixing 25 mm x 5 mm G.I. strip on surface or in recess for connections etc. as required. 300 142.00 Mtr. ₹ 42,600.00

3 Providing and fixing of lightning conductor finial made of 25 mm dia 300 mm long GI tube having single prong at Top with 85 mm dia 6 mm thick GI base plate including holes etc as required. 33 369.00 Set ₹ 12,177.00

4 Providing and fixing GI Tape, 20 mm x 3 mm thick on parapet or surface of wall for lighting conductor as required ( for Horizontal run) 825 68.00 Mtr ₹ 56,100.00

5 Providing and fixing GI Tape, 20 mm x 3 mm thick on parapet or surface of wall for lighting conductor as required ( for Vertical run) 210 98.00 Mtr ₹ 20,580.00

6 Providing and fixing testing joint made of 20 mm x 3 mm thick GI strip 125 mm long with 4 Nos of GI bolts, nuts, check nut and spring washers etc complete as reqd. 33 195.00 Each ₹ 6,435.00

7 Providing and fixing GI tape, 32 mm x 6 mm from earth electrode directly in ground as required. 285 141.00 Mtr ₹ 40,185.00

Page 173: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 173

PROFORMA OF SCHEDULES

8 Supplying and flxing of following size medium class G.I pipe with accessories under the road/along with the retaining wall/under the floor including cutting the road/nala/retaining wall/floor and making good the damages etc.as required.

a) 65 mm dia 60 698.00 Mtr ₹ 41,880.00

b) 50 mm dia 10 567.00 Mtr ₹ 5,670.00

SH:-V (Service connection and compound light)

1 Supply and erection of 5 Mtr Galvanized as per BS EN ISO 1461) octagonal pole with base plate 200x200x12mm, top 70 mm and bottom 130 mm of 3 mm thick sheet suitable for maximum wind speed up to 160 Km/ Hr. including foundation bolts and foundation with M 20 grade RCC and FE 415 grade approved by pole manufacturer) GI base plate G.I. anchor plate etc. as required each pole shall be supplied with a junction. looping box complete with 6Amp. 10 KA " C" curve S.P. MCB screw less din mounting connectors suitable links end locks including supplying and fixing of 1 Mtr. long single arm hot dipped galvanized bracket suitable for street light fittings and supplying and drawing of 3 x 1.5 Sq mm FRLS copper conductor single core cable from junction box to luminaire complete including termination with copper lugs as required. 50 19838.00 Each ₹ 9,91,900.00

2 Supplying installation of LED street light fitting Nominal 36 watt IP 66 Protection, single piece pressure die cast aluminum housing with heat resistant toughened glass on existing pole bracket including correction with 3×1.5 sq.mm PVC copper wire including testing and commissioning complete as required. ( Make:- Philips – BRP409 LED CW 036 MR 50 9875.00 Each ₹ 4,93,750.00

Page 174: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 174

PROFORMA OF SCHEDULES

FG S1 PSU GR/ or equivalent in GE/Wipro )

3 Fabrication supplying , Installation, Testing of out door type totally enclosed weather proof feeder pillar with sloping conopy top suitable size fabricated from 2mm thick CRCA MS sheet with base frame fabricated from 50mm x 50mm x 5mm angle iron, suitable for 415/500 volts, 50 Hz A.C. Supply with gland plate for cable gland hinged front openable double leaf door with locking arrangement, i/c suitable 4 strip Al. busbar, teated with 7 tank process, powder coated painted with approved paint and shade and connection/interconnections with FRLS PVC insulated copper conductor single core cable of suitable size including phosphatized & power coated painting, graut the F.P. in C.C. foundation ( ISO 9001 certrification ) (300 mm deep) (6 job each 2 Sqm= 12sqm) 12 15067.00 Sqm ₹ 1,80,804.00

4 Supplying and laying of 1 No. XLPE insulated PVC outer sheathed armoured with galvanized round steel wire cable with stranded/solid alluminium conductor suitable for rated voltage of 1.1 KV grade ISI marked conforming to IS 7098/(Pt.I)/1988 with amendment No.1 of following sizes in the following manner as required.

a) In the existing G.I.pipe/DWC pipe.

i) 3.5 x 95 Sq.mm. 50 706.00 Mtr ₹ 35,300.00

ii) 3.5 x 70 Sq.mm. 180 573.00 Mtr ₹ 1,03,140.00

iii) 2 x 10 Sqmm 2500 153.00 Mtr ₹ 3,82,500.00

iv) 4x16 sqmm 50 177.00 Mtr ₹ 8,850.00

b) In open duct/loose for connection

i) 3.5 x 95 Sq.mm. 20 701.00 Mtr ₹ 14,020.00

Page 175: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 175

PROFORMA OF SCHEDULES

ii) 3.5 x 70 Sq.mm. 100 568.00 Mtr ₹ 56,800.00

iii) 2 x 10 Sqmm 300 149.00 Mtr ₹ 44,700.00

iv) 4x16 sqmm 10 218.00 Mtr ₹ 2,180.00

5 Supplying and making cable end termination with brass compression gland and AI. lugs for following size PVC sheathed/XLPE A.I. conductor cable of 1.1KV grade as required.

i) 3.5 x 95 Sq.mm. 1 466.00 Set ₹ 466.00

ii) 3.5 x 70 Sq.mm. 4 382.00 Set ₹ 1,528.00

iii) 2 x 10 Sqmm 30 148.00 Set ₹ 4,440.00

iv) 4x16 sqmm 1 245.00 Mtr ₹ 245.00

6 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. 3200 23.00 Mtr ₹ 73,600.00

7 Construction of brick masonry gully chamber 50 cm x 45 cm x 60 cm. with bricks, cement sand and filling sand and covering with brick including plastering etc as required. 36 1107.00 Each ₹ 39,852.00

8 Supplying and laying of 1 No. double walled corrugated high density polyethylene pipe having corrugation on the outer wall and plain surface inner wall confirming to IS 14930 Part-I and II complete with necessary HDPF fitting for protection of 1.1KV grade under ground cable directly in ground at a depth of 50cm including excavation and refilling the trench etc as required.

a) 50 mm outer dia(NS) 2500 123.00 Mtr ₹ 3,07,500.00

b) 77mm outer dia(NS) 250 160.00 Mtr ₹ 40,000.00

Total Rs ₹ 101,83,988.50

Page 176: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 176

PROFORMA OF SCHEDULES

INVENTORY

AND

DRAWINGS

Page 177: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 177

PROFORMA OF SCHEDULES

Inventory

S. N

o.

Loca

tio

n

LT p

oin

t

Fan

po

int

Exh

aust

po

int

Cal

l be

ll p

t.

Tota

l Po

int

Twin

co

ntr

ol P

oin

t

12

00

mm

1 x

28

w F

ixtu

re

Surf

ace

/wal

lmo

un

ted

12

00

mm

1x1

8W

Fix

ture

Surf

ace

/wal

lmo

un

ted

Fan

cy W

all b

rack

et

BU

LKH

EAD

FIT

TIN

G

Ve

rtic

al 5

/8W

CFL

DO

WN

LIG

HTE

R (

for

Be

d s

ide

)

DO

WN

LIG

HTE

R

(REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)1

5W

In

cl. S

tair

ca

se

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TYP

E) 1

8/1

3W

26

/36

wt

Do

wn

ligh

ter

MIR

RO

R L

IGH

T

PO

LYC

AR

BO

NA

TE H

OLD

ER

Ce

ilin

g fa

n w

ith

re

gula

tor-

12

00

mm

Ce

ilin

g fa

n w

ith

re

gula

tor

14

00

mm

Exh

aust

Fan

Fre

sh A

ir F

an

Cal

l be

ll

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23

Group A

Trades Man Shop 25 7 1 0 33 0 13 10 2 7 1

Total Group A 25 7 1 0 33 0 13 0 0 0 0 10 2 0 0 0 7 0 1 0 0

Group B

128 Men Barrack 394 107 23 0 524 8 104 1 120 44 111 14 0 25 82 23

Quarter Guard 54 23 2 0 79 2 36 6 13 1 18 5 2

Quarter Master 98 38 1 8 145 1 57 2 3 35 1 38 1 8

Total Group B 546 168 26 8 748 11 93 106 0 1 120 64 159 0 16 0 43 125 23 3 8

Group C

GO's Mess 162 41 22 10 235 3 24 24 20 2 7 43 18 11 18 10 31 22 10

10 Bedded Hospital 146 36 12 10 204 1 22 4 22 2 62 43 12 1 22 14 12 10

Total Group C 308 77 34 20 439 4 46 28 20 24 0 13 105 61 23 19 32 45 34 0 20

Total (Gp. A+B+C) 879 252 61 28 1220 15 152 134 20 25 120 87 266 61 39 19 82 170 58 3 28

Page 178: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 178

PROFORMA OF SCHEDULES

S. N

o.

Loca

tio

n

6 P

in 1

5 A

po

we

r p

oin

t

3 P

in 5

/6 A

ligh

t p

lug

3 p

has

e In

du

stri

al s

ock

et

8 w

ay/1

0 w

ay

SP

N M

CB

DB

12

way

SP

N M

CB

DB

32

Am

ps

SPN

MC

B

8 w

ay V

TP

N D

PX

MC

CB

DB

6 w

ay E

TPN

MC

B D

B

8 w

ay E

TPN

MC

B D

B

12

way

ETP

N M

CB

DB

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B

po

we

r p

oin

t

40

Am

ps

TPN

MC

B

10

0 A

mp

s TP

/TP

N M

CB

63

Am

ps

TP/T

PN

MC

B

6-3

2 A

mp

s SP

MC

B

Tele

ph

on

e o

utl

et

4 w

ay V

TP

N M

CB

DB

T.V

Ou

tle

t

Ele

ctri

cal p

ane

l

Co

mp

ute

r P

ow

er

po

int

1 2 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43

Group A

Trades Man Shop 12 7 1 1 1 20

Total Group A 12 7 0 0 0 0 0 0 1 0 1 1 0 0 20 0 0 0 0 0

Group B

128 Men Barrack 78 148 8 20 8 120 12 3 1

Quarter Guard 14 14 0 0 0 1 0 0 6 2

Quarter Master 21 21 4 1 4 4 60 8 0 9

Total Group B 113 183 0 0 0 0 0 4 8 0 22 0 12 4 180 26 0 3 1 11

Group C

GO's Mess 41 35 2 12 2 2 60 14 2 13 13

10 Bedded Hospital 52 56 4 2 4 4 8 80 19 28

Total Group C 93 91 4 0 0 0 2 0 4 2 12 0 6 10 140 33 2 13 0 41

Total (Gp. A+B+C) 218 281 4 0 0 0 2 4 13 2 35 1 18 14 340 59 2 16 1 52

Page 179: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 179

PROFORMA OF SCHEDULES

Tradesmen Shop.

S. N. Lo

cati

on

LT p

t.

Fan

pt.

Ex. F

an

Tota

l pt.

12

00

mm

40

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

DO

WN

LIG

HTE

R (

REC

TAN

GU

LAR

/

Squ

are

TY

PE)

15

W L

ED

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

18

/13

W

Ce

ilin

g fa

n w

ith

re

gula

tor

(12

00

mm

)

Exh

aust

Fan

6 P

in 1

5 A

po

we

r p

oin

t

3 P

in 5

/6 A

ligh

t p

lug

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er

po

int

8 w

ay E

TPN

MC

B D

B

40

Am

ps

TPN

MC

B

6-3

2 A

mp

s SP

MC

B

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

1 Porch 2 0 0 2 2

2 Ent. Verandah 2 0 0 2 2

3 Ent. Lobby 4 0 0 4 4 1 1 20

4 Carpenter Shop 2 1 0 3 2 1 2 1

5 Corridor 2 0 0 2 2

6 Toilet 2 0 1 3 2 1 1

7 Shoe Maker 2 1 0 3 2 1 1 1

8 Tailor Shop - 03 Nos 6 3 0 9 6 3 7 4

9 Barber Shop 3 2 0 5 3 2 2 1

Total 25 7 1 33 13 10 2 7 1 12 7 1 1 1 20

Page 180: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 180

PROFORMA OF SCHEDULES

128 Men Barrrack

S.N

.

Loca

tio

n

LT p

t.

Fan

pt.

Ex f

an p

t.

Tota

l pt.

Twin

Co

ntr

ol

12

00

mm

18

W F

ixtu

re S

urf

ace

/wal

lmo

un

ted

Ve

rtic

al 5

/8W

CFL

DO

WN

LIG

HTE

R (

for

Be

d s

ide

)

DO

WN

LIG

HTE

R (

REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)

15

W

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

5/8

wt

retr

ofi

t

CFL

/GLS

MIR

RO

R L

IGH

T

PO

LYC

AR

BO

NA

TE H

OLD

ER

BU

LKH

EAD

FIT

TIN

G

CEI

LIN

G F

AN

(1

20

0m

m)

CEI

LIN

G F

AN

(1

40

0m

m)

He

avy

du

ty E

xhau

st f

an

6 P

in 1

5 A

po

we

r p

oin

t

3 P

in 5

/6 A

ligh

t p

lug

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er

po

int

Tele

ph

on

e o

utl

et

T.V

Ou

tle

t

8 w

ay E

TPN

MC

B D

B

10

0 A

mp

s TP

N M

CB

6-3

2 A

mp

s SP

MC

B

Ele

ctr

ica

l p

an

el

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26

1 1-LEVEL 77 25 11 113 2 38 0 18 18 2 0 1 25 0 11 13 17 2 8 2 2 2 30 1

2 GROUND FLOOR

109 30 4 143 2 26 40 10 31 4 0 0 0 30 4 23 45 6 2 1 2 2 30 0

3 FIRST FLOOR

101 26 4 131 2 20 40 8 31 4 0 0 0 26 4 21 43 6 1 0 2 2 30 0

4 SECOND FLOOR

101 26 4 131 2 20 40 8 31 4 0 0 0 26 4 21 43 6 1 0 2 2 30 0

5 TOTAL 394 107 23 524 8 104 120 44 111 14 0 1 25 82 23 78 148 20 12 3 8 8 120 1

Page 181: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 181

PROFORMA OF SCHEDULES

Quarter Guard

S.N

.

Loca

tio

n

LT p

t.

Fan

pt.

Ex. F

an

Tota

l pt.

Twin

Co

ntr

ol

12

00

mm

40

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

DO

WN

LIG

HTE

R

(REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)1

5W

Incl

. Sta

ir c

ase

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

18

/13W

LED

MIR

RO

R L

IGH

T

CEI

LIN

G F

AN

(12

00m

m)

CEI

LIN

G F

AN

(14

00m

m)

Fres

h A

ir F

an

6 P

in 1

5 A

po

wer

po

int

3 P

in 5

/6 A

ligh

t p

lug

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er

po

int

Tele

ph

on

e P

oin

t

6 w

ay E

TPN

MC

B D

B

12

way

SP

N M

CB

DB

10

0 A

mp

s TP

N M

CB

32

Am

ps

SPN

MC

B

6-3

2 A

mp

s SP

MC

B

Co

mp

ute

r P

ow

er

po

int

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23

A G/F

1 Ent. Verandah 2 0 0 2 2

2 Ent. Lobby 2 0 0 2 2

3 Corridor/drinking water 7 0 0 7 7 1 1

4 Guard room 6 4 0 10 6 4 2 2 1 1

5 Treasury Chest 2 1 0 3 2 1 1 1 1 1

6 Armour W.S.-02 Nos 4 2 0 6 4 2 2 2 2

7 Toilet (G) with WC 4 0 1 5 3 1 1 1

8 Toilet (F) with WC 3 0 1 4 3 1

9 F/F 0 0 0 0

10 Rifle Kote-02 Nos 24 16 0 40 24 16 8 8 2

11 Stair case (T.C.) 0 0 0 2 2 1 1 1 1 25

12 Total for G/F + F/F 54 23 2 79 2 36 6 13 1 18 5 2 14 14 1 6 0 0 0 0 0 2

Page 182: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 182

PROFORMA OF SCHEDULES

Quarter master store

S.N

.

Loca

tio

n

LT p

t.

Fan

pt.

Ex. F

an

Cal

l be

ll p

t.

Tota

l pt.

12

00

mm

40

W L

ED F

ixtu

re S

urf

ace

/wal

lmo

un

ted

DO

WN

LIG

HTE

R (

REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)1

5W

Incl

. Sta

ir c

ase

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

18/

13

W

LED

MIR

RO

R L

IGH

T

12

00

mm

18

W L

ED F

ixtu

re S

urf

ace

/wal

lmo

un

ted

CEI

LIN

G F

AN

(12

00m

m)

CEI

LIN

G F

AN

(14

00m

m)

Fres

h A

ir F

an

Cal

l be

ll

6 P

in 1

5 A

po

wer

po

int

3 P

in 5

/6 A

ligh

t p

lug

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er p

oin

t

Tele

ph

on

e P

oin

t

4 w

ay V

TPN

MC

B D

B

6 w

ay E

TPN

MC

B D

B

10

0 A

mp

s TP

/TP

N M

CB

63

Am

ps

TP/T

PN

MC

B

6-3

2 A

mp

s SP

MC

B

Co

mp

ute

r P

ow

er

po

int

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 23

A G/F

1 Porch 2 2 2

2 Ent. Verandah 1 1 1

3 Lobby 2 1 3 2 1 1 1

4 Training store 3 2 1 6 3 2 1 2 2 1 1

5 Bin Store 12 8 1 21 12 8 1 3 3 1 2

6 Corridor/space for water cooler

7 7 7 1 1 2 2 2 30

7 Office with toilet & WC 5 1 1 1 8 2 2 1 1 1 1 1 1 1 1 1

Page 183: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 183

PROFORMA OF SCHEDULES

8 Pioneer store 9 6 1 16 9 6 1 3 3 1 1

9 Ramp 6 6 6

Total for G/F 47 18 1 4 70 26 3 15 1 2 0 18 1 4 11 11 1 4 0 2 2 2 30 5

10 Staircase (T.C.) 0 1

B F/F 7

1 Misc store 6 4 1 11 6 4 1 3 3 1 1

2 Clothing and Equipment store 12 8 1 21 12 8 1 3 3 1 1

3 Corridor 6 6 6 2 2 2 30

4 PT & Sports Store 4 2 1 7 4 2 1 1 1 1 1

5 Tentage store 9 6 1 16 9 6 1 3 3 1 1

7 Railing 14 14 14

8 Total for F/F 51 20 0 4 75 31 0 20 0 0 0 20 0 4 10 10 0 4 0 2 2 2 30 4

TOTAL G/F+FF 98 38 1 8 145 57 3 35 1 2 0 38 1 8 21 21 1 8 0 4 4 4 60 9

6 Staircase (T.C.) 1 1 1 - 2

Page 184: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 184

PROFORMA OF SCHEDULES

GO's Mess

Lo

cati

on

LT p

t.

Fan

pt.

Ex. F

an

Cal

l be

ll p

t.

Tota

l pt.

Twin

Co

ntr

ol

12

00

mm

40

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

12

00

mm

18

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

DO

WN

LIG

HTE

R (

REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)1

5W I

ncl

. Sta

ir c

ase

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

18W

LED

60

0x6

00 L

ED P

ane

l

LED

FA

NC

Y W

ALL

BR

AC

KET

FIT

TIN

G

LED

MIR

RO

R L

IGH

T

PO

LYC

AR

BO

NA

TE H

OLD

ER W

ITH

LED

LA

MP

LED

BU

LKH

EAD

FIT

TIN

G

CEI

LIN

G F

AN

(12

00m

m)

CEI

LIN

G F

AN

(14

00m

m)

Exh

aust

Fan

Cal

l be

ll

6 P

in 1

5 A

po

wer

po

int

3 P

in 5

/6 A

ligh

t p

lug

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er p

oin

t

Tele

ph

on

e P

oin

t

TV P

oin

t

4 w

ay V

TPN

DP

X M

CC

B D

B

12

way

ETP

N M

CB

DB

10

0 A

mp

s TP

/TP

N M

CB

63

Am

ps

TP/T

PN

MC

B

6-3

2 A

mp

s SP

MC

B

Co

mp

ute

r P

ow

er

po

int

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

A G/F

1 Porch 2Nos 4 4 4

2 Verandah 2nos 2 2 2

3 Ent. Lobby for single officer accom 3 2 5 3 2 1 1

1

4 Living Room/Bed Room/ Toilet/ Dress/Kitchen &Verandah-04 Nos

36 8 8 4 56 8 8 8 4 8 8 8 4 12 12 4 4 4

6

5 Corridor 13 13 13 2 2 2 2 60

Page 185: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 185

PROFORMA OF SCHEDULES

6 Dining hall 9 6 3 18 9 6 3 3 3 1 1 1

7 Lounge/Bar Counter 9 6 15 9 6 3 1 1 2

8 Gents Toilet 3 1 4 3 1

9 Ladies Toilet/wash area

4 1 5 3 1 1

10 WAITING LOBBY /RECEPTION

6 4 10 6 4 3 1 1 1 2

11 Wash/Floor wash 2 1 3 2 1 1

12 Kitchen 11 1 1 13 9 2 1 1 2 1

13 Manager room 4 2 6 4 2 1 1 1 1 1 1

14 Store room 2 1 3 2 1 1 1

15 Living Room/Bed Room/ Toilet/ Dress/&Verandah-02 Nos

18 4 2 2 26 4 6 4 2 2 4 2 2 6 4 2 2 2

16 Bed Room/ Toilet/ Dress/&Verandah-02 Nos

16 2 2 20 2 4 4 2 4 2 2 2 4 2 2 2

Total for G/F 142 37 18 6 203 0 22 20 4 39 18 16 9 14 0 10 27 18 6 35 29 10 12 11 2 2 2 2 60 12

17 Stair case 0 2 2

FIRST FLOOR

1 Living Room/Bed Room/ Toilet/ Dress/Kitchen &Verandah-04 Nos

18 4 4 4 30 4 4 4 2 4 4 4 4 6 6 2 2 2

1

2 Terrace 2 2 2

Page 186: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 186

PROFORMA OF SCHEDULES

TOTAL 20 4 4 4 32 0 4 0 4 0 4 2 4 2 0 4 4 4 6 6 2 2 2 0 0 0 0 0 1

3 Stair case 0 1 1

Total Stair case (T.C.) 0 0 0 0 3 0 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

GRAND TOTAL GROUND & FIRST FLOOR 162 41 22 10 235 3 22 24 7 43 18 20 11 18 2 10 31 22 10 41 35 12 14 13 2 2 2 2 60 13

Page 187: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 187

PROFORMA OF SCHEDULES

10 Bedded Hospital

Loca

tio

n

LT p

t.

Fan

pt.

Ex. F

an

Cal

l be

ll p

t.

Tota

l pt.

12

00

mm

40

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

12

00

mm

18

W L

ED F

ixtu

re

Surf

ace

/wal

lmo

un

ted

DO

WN

LIG

HTE

R (

REC

TAN

GU

LAR

/SQ

UA

RE

TYP

E)1

5W I

ncl

. Sta

ir c

ase

DO

WN

LIG

HTE

R (

CIR

CU

LAR

TY

PE)

18

W

LED

60

0x6

00

LED

Pan

el

LED

MIR

RO

R L

IGH

T

PO

LYC

AR

BO

NA

TE H

OLD

ER W

ITH

LED

LAM

P

CEI

LIN

G F

AN

(1

20

0m

m)

CEI

LIN

G F

AN

(1

40

0m

m)

Exh

aust

fan

Cal

l be

ll

6 P

in 1

5 A

po

we

r p

oin

t

3 P

in 5

/6 A

ligh

t p

lug

3 p

has

e In

du

stri

al s

ock

et

Tele

ph

on

e P

oin

t

8 w

ay V

TPN

DP

X M

CC

B D

B

8 w

ay E

TPN

MC

B D

B

10

0 A

mp

s TP

/TP

N M

CB

63

Am

ps

TP/T

PN

MC

B

6-3

2 A

mp

s SP

MC

B

Co

mp

ute

r P

ow

er

po

int

6 P

in 1

5 A

wit

h 2

0A

mp

MC

B p

ow

er

po

int

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

A G/F

1 Ent. Lobby 2 0 0 0 2 2

2 Registration Counter/Waiting 4 2 0 0 6 4 2 2 2 1 4

3 Corridor 10 0 0 0 10 10 1 2 2 2 2 40

4 Physiotherapy 4 2 0 1 7 4 2 1 4 4 1 1 4

5 Doctor's room-02 Nos 4 2 0 2 8 4 2 2 2 4 2 2

6 Examination-02 Nos 6 2 0 0 8 6 2 2 2 2

7 Toilet-02 Nos 4 0 2 0 6 2 2 2

8 Toilet (M) with WC 3 0 1 0 4 2 1 1

9 Toilet (F) with WC 3 0 1 0 4 2 1 1

Page 188: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 188

PROFORMA OF SCHEDULES

10 Water cooler 1 0 0 0 1 1 1 1

11 Emergency Cum Treatment room with Toilet 9 4 1 1 15 6 2 1 4 1 1 7 7 1

1 2

12 ECG room 2 1 0 1 4 0 2 1 1 1 1 1 1 1

13 Dark room 1 0 0 0 1 1 1 1 1 1 1

14 X-ray room 4 1 0 1 6 4 1 1 2 2 2 1 1 2

15 Dispensary 2 1 0 0 3 2 1 2 2 1 1

16 Pharmacist 2 1 0 1 4 2 1 1 2 2 1 1

17 ENTRY UP 1 0 0 0 1 1

18 Ramp 10 0 0 0 10 10

Total for G/F 72 16 5 7 100 14 4 0 29 19 5 1 10 6 5 7 26 29 4 9 2 2 2 2 40 15 9

A F/F

1 Special room with Toilet & WC 7 2 1 1 11 2 4 1 2

1 1 2 2 1

1

2 Laboratory 4 2 0 0 6 4 2 3 3 1 4

3 Mahila Ward with Toilet

7 2 1 1 11 2 4 1 2

1 1 3 2 1 1

4 Store 2 1 0 0 3 2 1 1 1 1 1

5 Labour room 4 2 0 0 6 4 2 2 2 1 1 2

6 Steralization with Toilet

4 1 1 0 6 2 1 1 1 1 1 1 1 1 2

7 Corridor/Sitting 9 0 0 0 9 9 3 2 2 6 40

Page 189: Pit Horag Arh

C

NIL

I O

AE(P) EE(P)

Page 189

PROFORMA OF SCHEDULES

8 Duty Nurse with

Toilet 5 1 1 0 7 2 2 1 1 1 2 2 1

1

9 6 Bed ward (Men) 6 4 0 1 11 6 4 1 7 7 1 1

10 Toilet with Bath 4 0 1 0 5 3 1 1 1 1

11 Male Nurse assistant Duty room with Toilet

5 1 1 0 7 2 2 1 1 1 2 2 1 1

12 Recovery room with Toilet 7 2 1 0 10 0 2 4 1 2

1 2 2 1

1 1

14 Terrace 0 2 0 0 2 2

15 Ramp 10 0 0 0 10 10

Total for F/F 74 20 7 3 104 8 0 2 33 24 7 0 12 8 7 3 26 27 0 10 0 2 2 6 40 13 6

Total for G/F 72 16 5 7 100 14 4 0 29 19 5 1 10 6 5 7 26 29 4 9 2 2 2 2 40 15 9

Total for G/F + F/F 146 36 12 10 204 22 4 2 62 43 12 1 22 14 12 10 52 56 4 19 2 4 4 8 80 28 15

13 Stair case (T.C.) 1 1 1

Page 190: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 190

Page 191: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 191

Page 192: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 192

Page 193: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 193

Page 194: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 194

Page 195: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 195

Page 196: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 196

Page 197: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 197

Page 198: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 198

Page 199: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 199

Page 200: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 200

Page 201: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 201

Page 202: Pit Horag Arh

ds-yks-fu-fo-

C

NIL

I O

AE(P) EE(P)

Page 202