03.05.2015 Views

BID Document for Guest House with Boundary Wall.pdf - Integrated ...

BID Document for Guest House with Boundary Wall.pdf - Integrated ...

BID Document for Guest House with Boundary Wall.pdf - Integrated ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

W-2<br />

GOVERNMENT OF WEST BENGAL<br />

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT<br />

State Project Management Unit<br />

Institute of Environmental Studies and Wetland Management<br />

DD-24, Sector 1, Salt Lake City, Kolkata – 700 064<br />

Tel.: (033) 2321 8384; Fax: (033) 2358 0967<br />

Website : www.iczmpwb.org /www.ieswm.org<br />

Credit NO: 4765 – 0 IN<br />

NATIONAL COMPETITIVE <strong>BID</strong>DING<br />

(CIVIL WORKS)<br />

Construction of <strong>Guest</strong> <strong>House</strong>, Office Building & Allied Works at Digha, West Bengal<br />

PERIOD OF SALE OF : FROM 19-08-2013<br />

<strong>BID</strong>DING DOCUMENT TO 19-09-2013<br />

TIME AND DATE OF : DATE 02-09-2013 TIME 14.30 HOURS<br />

PRE-<strong>BID</strong> CONFERENCE<br />

LAST DATE AND TIME FOR : DATE 20-09-2013 TIME: 14.30 HOURS<br />

RECEIPT OF <strong>BID</strong>S<br />

TIME AND DATE OF OPENING : DATE 20-09-2013 TIME: 15.00 HOURS<br />

OF <strong>BID</strong>S<br />

PLACE OF OPENING OF <strong>BID</strong>S:<br />

OFFICER INVITING <strong>BID</strong>S:<br />

Institute of Environmental Studies and Wetland<br />

Management, DD-24, Sector 1, Salt Lake City Kolkata<br />

– 700 064 Tel.: (033) 2321 8384 Fax: (033) 2358 0967<br />

Project Director, State Project Management Unit,<br />

<strong>Integrated</strong> Coastal Zone Management Project,<br />

Institute of Environmental Studies and Wetland<br />

Management, DD-24, Sector-1, Salt lake, Kolkata-<br />

700064<br />

i


INVITATION FOR <strong>BID</strong><br />

(IFB)<br />

2


GOVERNMENT OF WEST BENGAL<br />

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT<br />

INVITATIONS FOR <strong>BID</strong>S (IFB)<br />

NATIONAL COMPETITIVE <strong>BID</strong>DING<br />

Date: 19.08.2013<br />

Bid No.: 03-SPMU/WB/W-22/2013-14<br />

1. The Government of India has received a credit from the International Development Association towards the<br />

cost of INTEGRATED COASTAL ZONE MANAGEMENT PROJECT and intends to apply a part of the funds to<br />

cover eligible payments under the contracts <strong>for</strong> construction of works as detailed below. Bidding is open to all bidders<br />

from eligible source countries as defined in the IBRD Guidelines <strong>for</strong> Procurement. Bidders from India should,<br />

however, be registered <strong>with</strong> the Government of West Bengal or other State Governments/Government of India, or<br />

State/Central Government Undertakings. Bidders are advised to note the minimum qualification criteria specified<br />

in Clause 4 of the Instructions to Bidders to qualify <strong>for</strong> the award of the contract.<br />

2. The Project Director, SPMU, ICZMP, IESWM, invites bids on behalf of Public Health Engineering Dte.<br />

(PHED), Government of West Bengal <strong>for</strong> the construction of works detailed in the Table given below.<br />

3. Bidding documents (and additional copies) may be purchased from the office of SPMU, ICZM Project,<br />

IESWM, DD-24, Sector 1, Salt Lake City, Kolkata, India from 10:00 hours to 17:00 hours <strong>for</strong> a non-refundable fee<br />

(three sets) as indicated in the Table below, in the <strong>for</strong>m of cash or Demand Draft issued by any Scheduled bank<br />

payable at Kolkata in favour of Institute of Environmental Studies and Wetland Management, payable at<br />

Kolkata. Interested bidders may obtain further in<strong>for</strong>mation at the same address. Bidding documents requested by<br />

mail will be despatched by registered/speed post on payment of an extra amount of Rs. 500/-. The SPMU, ICZM<br />

Project, IESWM, will not be held responsible <strong>for</strong> the postal delay if any, in the delivery of the documents or nonreceipt<br />

of the same .The notice and the bid document <strong>for</strong> the work can also be seen <strong>with</strong> option to download from the<br />

Project website http://www.iczmpwb.org and http://www.ieswm.org.The down loaded bid document can be submitted<br />

along <strong>with</strong> non refundable fee mentioned in the Table towards the cost of the bid document. Authority will not accept<br />

the same if any portion of the downloaded document differs from the approved bid document available in the above<br />

mentioned office. In such cases the bidder would be responsible <strong>for</strong> ensuring that any addenda available in web site is<br />

also downloaded & incorporated. . The download facility will be available from Dt. 19.08.2013 to Dt.19.09.2013 upto<br />

17.00 Hrs.<br />

4. Bids must be accompanied by security of the amount specified <strong>for</strong> the work in the table below, drawn in favour<br />

of Institute of Environmental Studies & Wetland Management, payable at Kolkata. Bid security will have to be in<br />

any one of the <strong>for</strong>ms as specified in the bidding document and shall have to be valid <strong>for</strong> 45 days beyond the validity of<br />

the bid.<br />

5. Bids must be delivered to The Project Director, SPMU, ICZM Project, IESWM, on or be<strong>for</strong>e 14:30 hours<br />

on 20.09.2013 and will be opened on the same day at 15:00 hours, in the presence of the bidders who wish to attend.<br />

If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on<br />

the next working day at the same time and venue.<br />

6. A prebid meeting will be held on 02.09.2013 at 12:00 hours at the office of SPMU, ICZM Project,<br />

IESWM, DD-24, Sector 1, Salt Lake City, Kolkata, India to clarify the issues and to answer questions on any matter<br />

that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the bidding document.<br />

7. Other details can be seen in the bidding documents.<br />

3


TABLE<br />

__________________________________________________________________________________________<br />

Package<br />

No.<br />

Name of work<br />

Approximate value<br />

of work (Rs.)<br />

Bid security<br />

(Rs.)<br />

Cost of document<br />

(Rs.)<br />

Period of<br />

completion<br />

1 2 3 4 5 6<br />

PK-1 Construction of <strong>Guest</strong><br />

<strong>House</strong>, Office Building &<br />

Allied Works At<br />

Digha,West Bengal<br />

3,76,14,000.00 3,76,000/- 2,000/- 12 months<br />

Project Director<br />

SPMU, ICZMP<br />

4


SECTION 1: INSTRUCTIONS TO <strong>BID</strong>DERS<br />

(ITB)<br />

5


Section 1: Instructions to Bidders<br />

Table of Clauses<br />

A. General Page No. D. Submission of Bids Page No.<br />

1. Scope of Bid 7 19. Sealing and Marking of Bids 14<br />

2. Source of Funds 7 20. Deadline <strong>for</strong> Submission of Bids 14<br />

3. Eligible Bidders 7 21. Late Bids 15<br />

4. Qualification of the Bidder 7 22. Modification and Withdrawal of Bids 15<br />

5. One Bid per Bidder 10<br />

6. Cost of Bidding 10<br />

7. Site Visit 10<br />

B. Bidding <strong>Document</strong>s E. Bid Opening and Evaluation<br />

8. Content of Bidding <strong>Document</strong>s 10 23. Bid Opening 15<br />

9. Clarification of Bidding <strong>Document</strong>s 11 24. Process to be Confidential 15<br />

10. Amendment of Bidding <strong>Document</strong>s 11 25. Clarification of Bids 16<br />

26. Examination of Bids and Determination<br />

of Responsiveness 16<br />

27. Correction of Errors 16<br />

C. Preparation of Bids 28. Currency <strong>for</strong> Bid Evaluation<br />

29. Evaluation and Comparison of Bids 17<br />

11. Language of Bid 11 30. Preference <strong>for</strong> Domestic Bidders<br />

12. <strong>Document</strong>s Comprising the Bid 12<br />

13. Bid Prices 12 F. Award of Contract<br />

14. Currencies of Bid and Payment 12<br />

15. Bid Validity 12 31. Award Criteria 17<br />

16. Bid Security 13 32. Employer's Right to Accept any Bid and<br />

to Reject any or all Bids 17<br />

17. Alternative Proposals by Bidders 13 33. Notification of Award 17<br />

18. Format and Signing of Bid 14 34. Per<strong>for</strong>mance Security 18<br />

35. Advance Payment and Security 18<br />

36. Adjudicator 18<br />

37. Corrupt or Fraudulent Practices 18<br />

6


A. General<br />

1. Scope of Bid<br />

1.1 The State Project Management Unit, <strong>Integrated</strong> Coastal Zone Management Project, Institute of<br />

Environmental Studies & Wetland Management, DD-24, Sector- 1, Salt Lake City, Kolkata, India (referred<br />

to as Employer in these documents) invites bids <strong>for</strong> the construction of works (as defined in these documents<br />

and referred to as "the works") detailed in the Table given in IFB.<br />

1.2 The successful bidder will complete the works by the intended completion date specified in the Contract data.<br />

2. Source of Funds<br />

2.1 The Government of India has received a credit from the the International Development Association (hereinafter<br />

interchangeably called “the Bank”) towards the cost of INTEGRATED COASTAL ZONE MANAGEMENT<br />

PROJECT and intends to apply a part of the funds to cover eligible payments under the contract <strong>for</strong> the Works.<br />

Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in<br />

accordance <strong>with</strong> the Credit Agreement, and will be subject in all respects to the terms and conditions of that<br />

Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive<br />

any rights from the Credit Agreement or have any rights to the credit proceeds.<br />

2.2 The credit agreement prohibits a <strong>with</strong>drawal from the credit account <strong>for</strong> the purpose of any payment to persons<br />

or entities, or <strong>for</strong> any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by<br />

a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.<br />

3. Eligible Bidders<br />

3.1 This Invitation <strong>for</strong> Bids is open to all eligible bidders from the eligible countries as defined under the IBRD<br />

Guidelines <strong>for</strong> Procurement. Any materials, equipment, and services to be used in the per<strong>for</strong>mance of the<br />

Contract shall have their origin in the eligible source countries.<br />

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification In<strong>for</strong>mation, a statement that the Bidder<br />

is not associated, nor has been associated in the past, directly or indirectly, <strong>with</strong> the Consultant or any other<br />

entity that has prepared the design, specifications, and other documents <strong>for</strong> the Project or being proposed as<br />

Project Manager <strong>for</strong> the Contract. A firm that has been engaged by the Borrower to provide consulting services<br />

<strong>for</strong> the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.<br />

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and financially<br />

autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.<br />

3.4 Bidders shall not be under a declaration of ineligibility <strong>for</strong> corrupt and fraudulent practices issued by the Bank<br />

in accordance <strong>with</strong> sub-clause 37.1<br />

4. Qualification of the Bidder<br />

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification In<strong>for</strong>mation, a preliminary description of<br />

the proposed work method and schedule, including drawings and charts, as necessary.<br />

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders<br />

will be considered <strong>for</strong> award <strong>for</strong> Contract. These qualified bidders should submit <strong>with</strong> their bids any in<strong>for</strong>mation<br />

updating their original prequalification applications or, alternatively, confirm in their bids that the originally<br />

submitted prequalification in<strong>for</strong>mation remains essentially correct as of date of bid submission. The update or<br />

confirmation should be provided in Section 2.<br />

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following<br />

in<strong>for</strong>mation and documents <strong>with</strong> their bids in Section 2:<br />

7


(a) copies of original documents defining the constitution or legal status, place of registration, and principal<br />

place of business; written power of attorney of the signatory of the Bid to commit the Bidder;<br />

(b)<br />

(c)<br />

(d)<br />

(e)<br />

(f)<br />

(g)<br />

(h)<br />

(i)<br />

(j)<br />

(k)<br />

total monetary value of construction work per<strong>for</strong>med <strong>for</strong> each of the last five years;<br />

experience in works of a similar nature and size <strong>for</strong> each of the last five years, and details of works under<br />

way or contractually committed; and clients who may be contacted <strong>for</strong> further in<strong>for</strong>mation on those<br />

contracts;<br />

major items of construction equipment proposed to carry out the Contract;<br />

qualifications and experience of key site management and technical personnel proposed <strong>for</strong> the Contract;<br />

reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports <strong>for</strong><br />

the past five years;<br />

evidence of adequacy of working capital <strong>for</strong> this contract (access to line (s) of credit and availability of<br />

other financial resources);<br />

authority to seek references from the Bidder's bankers;<br />

in<strong>for</strong>mation regarding any litigation or arbitration resulting from contracts executed by the Bidder in the<br />

last five years or currently under execution. The in<strong>for</strong>mation shall include the names of the parties<br />

concerned, the disputed amount, cause of litigation, and matter in dispute; This in<strong>for</strong>mation shall have to<br />

be furnished in NON JUDICIAL STAMP PAPER duly notarized.<br />

proposals <strong>for</strong> subcontracting components of the Works which in aggregate add to more than 20 percent of<br />

the Bid Price (<strong>for</strong> each, the qualifications and experience of the identified sub-contractor in the relevant<br />

field should be annexed; no vertical splitting of work <strong>for</strong> sub-contracting is acceptable); and<br />

the proposed methodology and program of construction including Environmental Management Plan,<br />

backed <strong>with</strong> equipment, materials and manpower planning and deployment, duly supported <strong>with</strong> broad<br />

calculations and quality control procedures proposed to be adopted, justifying their capability of<br />

execution and completion of the work as per technical specifications <strong>with</strong>in the stipulated period of<br />

completion as per milestones.<br />

4.4 ‘Bids from Joint ventures are not acceptable’.<br />

4.5 A. To qualify <strong>for</strong> award of the contract, each bidder in its name should have in the last five years i.e.,<br />

2008-09, 2009-10, 2010-11, 2011-12, 2012-13:<br />

(a)<br />

achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil<br />

engineering construction works only) of Rs.8 Crore.<br />

b) satisfactorily completed as a prime contractor, (or as subcontractor duly certified by the employer/main<br />

contractor) at least one similar work like Building works <strong>with</strong> landscaping of value not less than<br />

Rs.3.5 Crore.<br />

(c)<br />

executed in any one year, the following minimum quantities of work:<br />

- cement concrete (including RCC and PCC) ... 1200......cum<br />

- earthwork in both excavation and embankment<br />

(combined quantities)<br />

....3100…..cum<br />

- masonry work..................................... ....600.......cum<br />

8


(d)<br />

(e)<br />

The contractor or his identified sub-contractor should possess required valid electrical license <strong>for</strong><br />

executing the building electrification works and should have executed similar electrical works totaling<br />

Rupees 20 Lakhs in any one year.<br />

The contractor or his identified sub-contractor should possess required valid license <strong>for</strong> executing the<br />

water supply/sanitary engineering works and should have executed similar water supply/sanitary<br />

engineering works totaling Rupees 14.00 @Lakhs in any one year.<br />

(@) at 2013-2014 price level. Financial turnover and cost of completed works of<br />

previous years shall be given weightage of 5% per year based on rupee value to bring them to<br />

2011-2012 price level<br />

4.5 B. Each bidder should further demonstrate:<br />

(a)<br />

availability (either owned or leased or by procurement against mobilization advances) of the following<br />

key and critical equipment <strong>for</strong> this work:<br />

- concrete Mixture … …… ….. 3 Nos.<br />

- excavator .. …. …. …. …. .1 No.<br />

- needle Vibrator … …. ….. ….5 Nos.<br />

- plate Vibrator …. …… ……. … 5 Nos.<br />

- truck / Tipper … ……. …… …..2 Nos.<br />

- 5 H.P. Water Pump… ….. ….. 2 Nos.<br />

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the<br />

completion of works in accordance <strong>with</strong> the prescribed construction schedule are shown in the above list.<br />

The bidders should, however, undertake their own studies and furnish <strong>with</strong> their bid, a detailed<br />

construction planning and methodology supported <strong>with</strong> layout and necessary drawings and calculations<br />

(detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The<br />

numbers, types and capacities of each plant/equipment shall be shown in the proposals along <strong>with</strong> the<br />

cycle time <strong>for</strong> each operation <strong>for</strong> the given production capacity to match the requirements.<br />

(b)<br />

(c)<br />

availability <strong>for</strong> this work of a Project Manager <strong>with</strong> no less than five years' experience in construction of<br />

similar civil engineering works and other key personnel <strong>with</strong> adequate experience as required; and<br />

liquid assets and/or availability of credit facilities of no less than Rs. 1 Crore in the <strong>for</strong>mat given in<br />

Section 2.<br />

(Credit lines/letter of credit/certificates from Banks <strong>for</strong> meeting the funds requirement etc.) -<br />

4.5 C. To qualify <strong>for</strong> a package of contracts made up of this and other contracts <strong>for</strong> which bids are<br />

invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the<br />

aggregate of the qualifying criteria <strong>for</strong> the individual contracts.<br />

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's compliance<br />

<strong>with</strong> the qualifying criteria except to the extent stated in 4.5 (A) (b, d and e) above.<br />

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more<br />

than the total bid value. The available bid capacity will be calculated as under:<br />

where<br />

A =<br />

N =<br />

Assessed Available Bid capacity = ( A*N*1.5 - B )<br />

Maximum value of civil engineering works executed in any one year during the last five years (updated to<br />

2013-14 price level) taking into account the completed as well as works in progress.<br />

Number of years prescribed <strong>for</strong> completion of the works <strong>for</strong> which bids are invited.<br />

9


B = Value, at 2013-14 price level, of existing commitments and on-going works to be completed during the<br />

next 12 (twelve) months (period of completion of the works <strong>for</strong> which bids are invited)<br />

Note:<br />

The statements showing the value of existing commitments and on-going works as well as the stipulated<br />

period of completion remaining <strong>for</strong> each of the works listed should be countersigned by the Engineer in<br />

charge, not below the rank of an Executive Engineer or equivalent.<br />

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:<br />

- made misleading or false representations in the <strong>for</strong>ms, statements and attachments submitted in proof of<br />

the qualification requirements; and/or<br />

- record of poor per<strong>for</strong>mance such as abandoning the works, not properly completing the contract,<br />

inordinate delays in completion, litigation history, or financial failures etc.; and/or<br />

- participated in the previous bidding <strong>for</strong> the same work and had quoted unreasonably high bid prices and<br />

could not furnish rational justification to the employer.<br />

5. One Bid per Bidder<br />

5.1 Each bidder shall submit only one bid <strong>for</strong> one contract. A bidder who submits or participates in more than one<br />

Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all<br />

the proposals <strong>with</strong> the Bidder’s participation to be disqualified.<br />

6. Cost of Bidding<br />

6.1 The bidder shall bear all costs associated <strong>with</strong> the preparation and submission of his Bid, and the Employer will<br />

in no case be responsible and liable <strong>for</strong> those costs.<br />

7. Site visit<br />

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works and<br />

its surroundings and obtain all in<strong>for</strong>mation that may be necessary <strong>for</strong> preparing the Bid and entering into a<br />

contract <strong>for</strong> construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.<br />

10


B. Bidding <strong>Document</strong>s<br />

8. Content of Bidding <strong>Document</strong>s<br />

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in<br />

accordance <strong>with</strong> Clause 10:<br />

Invitation <strong>for</strong> Bids<br />

Section 1 Instructions to Bidders<br />

2 Forms of Bid and Qualification In<strong>for</strong>mation<br />

3 Conditions of Contract<br />

4 Contract Data<br />

5 Specifications<br />

6 Drawings<br />

7 Bills of Quantities<br />

8 Forms of Securities<br />

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned <strong>with</strong> the bid.<br />

9. Clarification of Bidding <strong>Document</strong>s<br />

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing<br />

or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the<br />

invitation to bid. The Employer will respond to any request <strong>for</strong> clarification which he received earlier than 15<br />

days prior to the deadline <strong>for</strong> submission of bids. Copies of the Employer's response will be <strong>for</strong>warded to all<br />

purchasers of the bidding documents, including a description of the enquiry but <strong>with</strong>out identifying its source.<br />

9.2 Pre-bid meeting<br />

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at State<br />

Project Management Unit, <strong>Integrated</strong> Coastal Zone Management Project, Institute of Environmental<br />

Studies & Wetland Management, DD-24, Sector 1, Salt Lake City, Kolkata, India (address of venue) on<br />

dated 02-09-2013 at 14.30 hrs<br />

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised<br />

at that stage.<br />

9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than one<br />

week be<strong>for</strong>e the meeting.<br />

9.2.4 Minutes of the meeting, including the text of the questions raised (<strong>with</strong>out identifying the source of enquiry)<br />

and the responses given will be transmitted <strong>with</strong>out delay to all purchasers of the bidding documents. Any<br />

modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the<br />

pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to<br />

Clause 10 and not through the minutes of the pre-bid meeting.<br />

9.2.5 Non-attendance at the pre-bid meeting will not be a cause <strong>for</strong> disqualification of a bidder.<br />

10. Amendment of Bidding <strong>Document</strong>s<br />

10.1 Be<strong>for</strong>e the deadline <strong>for</strong> submission of bids, the Employer may modify the bidding documents by issuing<br />

addenda.<br />

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all<br />

the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in<br />

writing to the Employer.<br />

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their<br />

bids, the Employer shall extend as necessary the deadline <strong>for</strong> submission of bids, in accordance <strong>with</strong> Sub-<br />

Clause 20.2 below.<br />

11


C. Preparation of Bids<br />

11. Language of the Bid<br />

11.1 All documents relating to the bid shall be in the English language.<br />

12. <strong>Document</strong>s comprising the Bid<br />

12.1 The bid submitted by the bidder shall comprise the following:<br />

(a) The Bid (in the <strong>for</strong>mat indicated in Section 2).<br />

(b) Bid Security;<br />

(c) Priced Bill of Quantities;<br />

(d) Qualification In<strong>for</strong>mation Form and <strong>Document</strong>s;<br />

and any other materials required to be completed and submitted by bidders in accordance <strong>with</strong> these<br />

instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in <strong>with</strong>out<br />

exception.<br />

12.2 Bidders bidding <strong>for</strong> this contract together <strong>with</strong> other contracts stated in the IFB to <strong>for</strong>m a package will so<br />

indicate in the bid together <strong>with</strong> any discounts offered <strong>for</strong> the award of more than one contract.<br />

13. Bid Prices<br />

13.1 The contract shall be <strong>for</strong> the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities<br />

submitted by the Bidder.<br />

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) <strong>for</strong> all items of the<br />

Works described in the Bill of Quantities along <strong>with</strong> total bid price (both in figures and words). Items <strong>for</strong><br />

which no rate or price is entered by the bidder will not be paid <strong>for</strong> by the Employer when executed and<br />

shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be<br />

made by crossing out, initialing, dating and rewriting.<br />

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or <strong>for</strong> any other cause shall be<br />

included in the rates, prices and total Bid Price submitted by the Bidder.<br />

Note:<br />

“Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts<br />

financed under World Bank /credits. They are solely responsible <strong>for</strong> obtaining such benefits which they have considered<br />

in their bid and in case of failure to receive such benefits <strong>for</strong> reasons whatsoever, the employer will not compensate the<br />

bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all in<strong>for</strong>mation<br />

required <strong>for</strong> issue of certificates in terms of such notifications as per <strong>for</strong>m attached to the Qualification In<strong>for</strong>mation in<br />

the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view the bill of<br />

quantities, construction programme and methodology, the certificates will be issued <strong>with</strong>in 60 [sixty] days of signing of<br />

contract and no subsequent changes will be permitted. No certificate will be issued <strong>for</strong> items where no quantity/capacity<br />

of equipment is indicated in the statement. The bids which do not con<strong>for</strong>m to the above provisions will be treated as non<br />

responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a result of the<br />

above shall not be a cause <strong>for</strong> granting any extension of time.”<br />

13.4 The rates and prices quoted by the bidder shall be fixed <strong>for</strong> the duration of the Contract and shall not be<br />

subject to adjustment on any account.<br />

14. Currencies of Bid and Payment<br />

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.<br />

15. Bid Validity<br />

15.1 Bids shall remain valid <strong>for</strong> a period not less than ninety days after the deadline date <strong>for</strong> bid submission<br />

specified in Clause 20. A bid valid <strong>for</strong> a shorter period shall be rejected by the Employer as non-responsive.<br />

12


15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the<br />

bidders may extend the period of validity <strong>for</strong> a specified additional period. The request and the bidders'<br />

responses shall be made in writing or by cable. A bidder may refuse the request <strong>with</strong>out <strong>for</strong>feiting his bid<br />

security. A bidder agreeing to the request will not be required or permitted to modify his bid except as<br />

provided in 15.3 hereinafter, but will be required to extend the validity of his bid security <strong>for</strong> a period of the<br />

extension, and in compliance <strong>with</strong> Clause 16 in all respects.<br />

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the event that<br />

the purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the<br />

Bidder is selected <strong>for</strong> award shall be the bid price corrected as follows :<br />

The price shall be increased by the factor (B=8% <strong>for</strong> annum) 1 <strong>for</strong> each week or part of a week that has<br />

elapsed from the expiration of the initial bid validity to the date of issue of letter of acceptance to the<br />

successful Bidder.<br />

15.4 Bid evaluation will be based on the bid prices <strong>with</strong>out taking into consideration the above correction.<br />

16. Bid Security<br />

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of<br />

IFB <strong>for</strong> this particular work. This bid security shall be in favor of Institute of Environmental Studies &<br />

Wetland Management, payable at Kolkata and may be in one of the following <strong>for</strong>ms:<br />

- a bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank<br />

located abroad in the <strong>for</strong>m given in Section 8; or<br />

- Certified cheque, Bank draft or Letter of Credit in favor of Institute of Environmental Studies &<br />

Wetland Management, payable at Kolkata<br />

16.2 Bank guarantees issued as surety <strong>for</strong> the bid shall be valid <strong>for</strong> 45 days beyond the validity of the bid.<br />

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and<br />

16.2 above shall be rejected by the Employer as non-responsive.<br />

16.4 The Bid Security of unsuccessful bidders will be returned <strong>with</strong>in 28 days of the end of the bid validity period<br />

specified in Sub-Clause 15.1.<br />

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and<br />

furnished the required Per<strong>for</strong>mance Security.<br />

16.6 The Bid Security may be <strong>for</strong>feited<br />

(a)<br />

(b)<br />

(c)<br />

if the Bidder <strong>with</strong>draws the Bid after Bid opening during the period of Bid validity;<br />

if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or<br />

in the case of a successful Bidder, if the Bidder fails <strong>with</strong>in the specified time limit to<br />

(i)<br />

(ii)<br />

sign the Agreement; or<br />

furnish the required Per<strong>for</strong>mance Security.<br />

17. Alternative Proposals by Bidders<br />

17.1 Bidders shall submit offers that comply <strong>with</strong> the requirements of the bidding documents, including the basic<br />

technical design as indicated in the drawing and specifications. Alternatives will not be considered.<br />

18. Format and Signing of Bid<br />

13


18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in<br />

Clause 12 of these Instructions to Bidders, bound <strong>with</strong> the volume containing the Form of Bid, and clearly<br />

marked “ORIGINAL” and “COPY” as appropriate. In the event of discrepancy between them, the original<br />

shall prevail.<br />

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or<br />

persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid<br />

where entries or amendments have been made shall be initialled by the person or persons signing the bid.<br />

18.3 The Bid shall contain no alterations or additions, except those to comply <strong>with</strong> instructions issued by the<br />

Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be<br />

initialled by the person or persons signing the bid.<br />

18.4 The Bidder shall furnish in<strong>for</strong>mation as described in the Form of Bid on commissions or gratuities, if any,<br />

paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the<br />

contract.<br />

19. Sealing and Marking of Bids<br />

D. Submission of Bids<br />

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as<br />

"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer<br />

envelope.<br />

19.2 The inner and outer envelopes shall<br />

(a)<br />

(b)<br />

be addressed to the Employer at the following address:<br />

The Project Director<br />

State Project Management Unit,<br />

<strong>Integrated</strong> Coastal Zone Management Project.<br />

DD-24, Sector 1, Salt Lake City<br />

Kolkata – 700 064<br />

Tel.: (033) 2321 8384<br />

Fax: (033) 2358 0967<br />

bear the following identification:<br />

- Construction of <strong>Guest</strong> <strong>House</strong>, Office Building & Allied Works At Digha, West Bengal<br />

- Bid Reference No.. 03-SPMU/WB/W-22/2013-14.................................[insert number]<br />

- DO NOT OPEN BEFORE :15. hours on dated. 20-09-2013 [time and date <strong>for</strong><br />

bid opening, per Clause 23]<br />

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and<br />

address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause<br />

21.<br />

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility <strong>for</strong> the<br />

misplacement or premature opening of the bid.<br />

20. Deadline <strong>for</strong> Submission of the Bids<br />

20.1 Bids must be received by the Employer at the address specified above no later than 14.30 hours on 20-09-<br />

2013. In the event of the specified date <strong>for</strong> the submission of bids declared a holiday <strong>for</strong> the Employer, the<br />

Bids will be received upto the appointed time on the next working day.<br />

14


20.2 The Employer may extend the deadline <strong>for</strong> submission of bids by issuing an amendment in accordance <strong>with</strong><br />

Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the<br />

original deadline will then be subject to the new deadline.<br />

21. Late Bids<br />

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the<br />

bidder.<br />

22. Modification and Withdrawal of Bids<br />

22.1 Bidders may modify or <strong>with</strong>draw their bids by giving notice in writing be<strong>for</strong>e the deadline prescribed in<br />

Clause 20.<br />

22.2 Each Bidder's modification or <strong>with</strong>drawal notice shall be prepared, sealed, marked, and delivered in<br />

accordance <strong>with</strong> Clause 18 & 19, <strong>with</strong> the outer and inner envelopes additionally marked<br />

“MODIFICATION” or “WITHDRAWAL”, as appropriate.<br />

22.3 No bid may be modified after the deadline <strong>for</strong> submission of Bids.<br />

22.4 Withdrawal or modification of a Bid between the deadline <strong>for</strong> submission of bids and the expiration of the<br />

original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may<br />

result in the <strong>for</strong>feiture of the Bid security pursuant to Clause 16.<br />

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in<br />

accordance <strong>with</strong> this clause, or included in the original Bid submission.<br />

23. Bid Opening<br />

E. Bid Opening and Evaluation<br />

23.1 The Employer will open all the Bids received (except those received late), including modifications made<br />

pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at<br />

15.00......... hours on the date and the place specified in Clause 20. In the event of the specified date of Bid<br />

opening being declared a holiday <strong>for</strong> the Employer, the Bids will be opened at the appointed time and location<br />

on the next working day.<br />

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids <strong>for</strong> which an acceptable notice<br />

of <strong>with</strong>drawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes<br />

marked “Modification” shall be opened and the submissions therein read out in appropriate detail.<br />

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives<br />

have been requested or permitted), any discounts, Bid modifications and <strong>with</strong>drawals, the presence or absence<br />

of Bid security, and such other details as the Employer may consider appropriate, will be announced by the<br />

Employer at the opening. No bid shall be rejected at bid opening except <strong>for</strong> the late bids pursuant to Clause<br />

21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will<br />

not be considered <strong>for</strong> further evaluation regardless of the circumstances. Late and <strong>with</strong>drawn bids will be<br />

returned un-opened to bidders.<br />

23.4 The Employer shall prepare minutes of the Bid opening, including the in<strong>for</strong>mation disclosed to those present<br />

in accordance <strong>with</strong> Sub-Clause 23.3.<br />

24. Process to Be Confidential<br />

24.1 In<strong>for</strong>mation relating to the examination, clarification, evaluation, and comparison of Bids and<br />

recommendations <strong>for</strong> the award of a contract shall not be disclosed to Bidders or any other persons not<br />

officially concerned <strong>with</strong> such process until the award to the successful Bidder has been announced. Any<br />

15


ef<strong>for</strong>t by a Bidder to influence the Employer's processing of Bids or award decisions may result in the<br />

rejection of his Bid.<br />

25. Clarification of Bids<br />

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any<br />

Bidder <strong>for</strong> clarification of his Bid, including breakdowns of the unit rates. The request <strong>for</strong> clarification and the<br />

response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought,<br />

offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the<br />

Employer in the evaluation of the Bids in accordance <strong>with</strong> Clause 27.<br />

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the<br />

time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional<br />

in<strong>for</strong>mation to the notice of the Employer, it should do so in writing.<br />

25.3 Any ef<strong>for</strong>t by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or<br />

contract award decisions may result in the rejection of the Bidders’ bid.<br />

26. Examination of Bids and Determination of Responsiveness<br />

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility<br />

criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and;<br />

(d) is substantially responsive to the requirements of the Bidding documents.<br />

26.2 A substantially responsive Bid is one which con<strong>for</strong>ms to all the terms, conditions, and specifications of the<br />

Bidding documents, <strong>with</strong>out material deviation or reservation. A material deviation or reservation is one (a)<br />

which affects in any substantial way the scope, quality, or per<strong>for</strong>mance of the Works; (b) which limits in any<br />

substantial way, inconsistent <strong>with</strong> the Bidding documents, the Employer's rights or the Bidder's obligations<br />

under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders<br />

presenting substantially responsive Bids.<br />

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made<br />

responsive by correction or <strong>with</strong>drawal of the non-con<strong>for</strong>ming deviation or reservation.<br />

27. Correction of Errors<br />

27.1 Bids determined to be substantially responsive will be checked by the Employer <strong>for</strong> any arithmetic errors.<br />

Errors will be corrected by the Employer as follows:<br />

(a)<br />

(b)<br />

where there is a discrepancy between the rates in figures and in words, the rate in words will govern;<br />

and<br />

where there is a discrepancy between the unit and the line item total resulting from multiplying the<br />

unit rate by the quantity, the unit rate as quoted will govern.<br />

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance <strong>with</strong> the above procedure <strong>for</strong> the<br />

correction of errors and, <strong>with</strong> the concurrence of the Bidder, shall be considered as binding upon the Bidder.<br />

If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be<br />

<strong>for</strong>feited in accordance <strong>with</strong> Sub-Clause 16.6 (b).<br />

28. Deleted<br />

29. Evaluation and Comparison of Bids<br />

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in<br />

accordance <strong>with</strong> Clause 26.<br />

16


29.2 In evaluating the Bids, the Employer will determine <strong>for</strong> each Bid the evaluated Bid Price by adjusting the Bid<br />

Price as follows:<br />

(a)<br />

(b)<br />

(c)<br />

making any correction <strong>for</strong> errors pursuant to Clause 27; or<br />

making an appropriate adjustments <strong>for</strong> any other acceptable variations, deviations; and<br />

making appropriate adjustments to reflect discounts or other price modifications offered in<br />

accordance <strong>with</strong> Sub Clause 22.5.<br />

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,<br />

deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding<br />

documents or otherwise result in unsolicited benefits <strong>for</strong> the Employer shall not be taken into account in Bid<br />

evaluation.<br />

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during<br />

the period of implementation of the Contract, will not be taken into account in Bid evaluation.<br />

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of<br />

work to be per<strong>for</strong>med under the contract, the Employer may require the Bidder to produce detailed price<br />

analyses <strong>for</strong> any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices<br />

<strong>with</strong> the construction methods and schedule proposed. After evaluation of the price analyses, the Employer<br />

may require that the amount of the per<strong>for</strong>mance security set <strong>for</strong>th in Clause 34 be increased at the expense of<br />

the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default<br />

of the successful Bidder under the Contract.<br />

30. Deleted<br />

31. Award Criteria<br />

F. Award of Contract<br />

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to<br />

be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,<br />

provided that such Bidder has been determined to be (a) eligible in accordance <strong>with</strong> the provisions of Clause<br />

3, and (b) qualified in accordance <strong>with</strong> the provisions of Clause 4.<br />

31.2 If, pursuant to Clause 12.2 this contract is being let along <strong>with</strong> other contracts, the lowest evaluated Bid Price<br />

will be determined when evaluating this contract in conjunction <strong>with</strong> other contracts to be awarded<br />

concurrently, taking into account any discounts offered by the bidders <strong>for</strong> the award of more than one<br />

contract.<br />

32. Employer's Right to Accept any Bid and to Reject any or all Bids<br />

32.1 Not<strong>with</strong>standing Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the<br />

Bidding process and reject all Bids, at any time prior to the award of Contract, <strong>with</strong>out thereby incurring any<br />

liability to the affected Bidder or Bidders or any obligation to in<strong>for</strong>m the affected Bidder or Bidders of the<br />

grounds <strong>for</strong> the Employer's action.<br />

33. Notification of Award and Signing of Agreement<br />

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the<br />

Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the<br />

Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the<br />

Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as<br />

prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").<br />

33.2 The notification of award will constitute the <strong>for</strong>mation of the Contract, subject only to the furnishing of a<br />

per<strong>for</strong>mance security in accordance <strong>with</strong> the provisions of Clause 34.<br />

17


33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be kept<br />

ready <strong>for</strong> signature of the successful bidder in the office of employer <strong>with</strong>in 28 days following the notification of<br />

award along <strong>with</strong> the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the<br />

Agreement and deliver it to the Employer.<br />

33.4 Upon the furnishing by the successful Bidder of the Per<strong>for</strong>mance Security, the Employer will promptly notify the<br />

other Bidders that their Bids have been unsuccessful.<br />

34. Per<strong>for</strong>mance Security<br />

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a<br />

Per<strong>for</strong>mance Security in any of the <strong>for</strong>ms given below <strong>for</strong> an amount equivalent to 5% of the Contract price plus<br />

additional security <strong>for</strong> unbalanced Bids in accordance <strong>with</strong> Clause 29.5 of ITB and Clause 52 of Conditions of<br />

Contract:<br />

- A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located<br />

abroad in the <strong>for</strong>m given in Section 8;<br />

- Certified cheque/Bank draft, in favour of Institute of Environmental Studies and Wetland Management....<br />

payable at Kolkata..<br />

34.2 If the per<strong>for</strong>mance security is provided by the successful Bidder in the <strong>for</strong>m of a Bank Guarantee, it shall be issued<br />

either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a <strong>for</strong>eign bank located in India<br />

and acceptable to the Employer or (c) by a <strong>for</strong>eign bank through a correspondent Bank in India [scheduled or<br />

nationalized].<br />

34.3 Failure of the successful bidder to comply <strong>with</strong> the requirements of sub-clause 34.1 shall constitute a breach of<br />

contract, cause <strong>for</strong> annulment of the award, <strong>for</strong>feiture of the bid security, and any such other remedy the Employer<br />

may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.<br />

35 Advance Payment and Security<br />

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract,<br />

subject to maximum amount, as stated in the Contract Data.<br />

36. Adjudicator<br />

36.1 The Employer proposes that Sri Paritosh Mitra (retd. Chief Engineer) be appointed as Adjudicator under the<br />

Contract, at a daily fee of Rs. 3000/-plus reimbursable expenses. If the Bidder disagrees <strong>with</strong> this proposal, the<br />

Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment<br />

of the Adjudicator, the Adjudicator shall be appointed by Institution of Engineers, India, at a daily fee of Rs.<br />

3000.00 per sitting plus reimbursable expenses, at the request of either party.<br />

37. Corrupt or Fraudulent Practices<br />

37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders,<br />

suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of<br />

ethics during the procurement and execution of such contracts. 1 In pursuance of this policy, the Bank:<br />

(a)<br />

defines, <strong>for</strong> the purposes of this provision, the terms set <strong>for</strong>th below as follows:<br />

(i) “corrupt practice” 2 is the offering, giving, receiving or soliciting, directly or indirectly, of<br />

anything of value to influence improperly the actions of another party;<br />

1<br />

In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the<br />

procurement process or contract execution <strong>for</strong> undue advantage is improper.<br />

2<br />

“another party” refers to a public official acting in relation to the procurement process or contract<br />

execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking<br />

or reviewing procurement decisions.<br />

18


(ii)<br />

(iii)<br />

“fraudulent practice” 3 is any act or omission, including a misrepresentation, that knowingly or<br />

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to<br />

avoid an obligation;<br />

“collusive practice” 4 is an arrangement between two or more parties designed to achieve an<br />

improper purpose, including to influence improperly the actions of another party;<br />

(iv) “coercive practice” 5 is impairing or harming, or threatening to impair or harm, directly or<br />

indirectly, any party or the property of the party to influence improperly the actions of a party;<br />

(v)<br />

"obstructive practice" is<br />

(aa)<br />

(bb)<br />

deliberately destroying, falsifying, altering or concealing of evidence material to the<br />

investigation or making false statements to investigators in order to materially impede a<br />

Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice;<br />

and/or threatening, harassing or intimidating any party to prevent it from disclosing its<br />

knowledge of matters relevant to the investigation or from pursuing the investigation; or<br />

acts intended to materially impede the exercise of the Bank’s inspection and audit rights<br />

provided <strong>for</strong> under sub-clause 3.1 (e) below.<br />

(b)<br />

(c)<br />

(d)<br />

(e)<br />

will reject a proposal <strong>for</strong> award if it determines that the bidder recommended <strong>for</strong> award has, directly or<br />

through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in<br />

competing <strong>for</strong> the contract in question;<br />

will cancel the portion of the loan allocated to a contract if it determines at any time that representatives<br />

of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive<br />

practices during the procurement or the execution of that contract, <strong>with</strong>out the Borrower having taken<br />

timely and appropriate action satisfactory to the Bank to address such practices when they occur;<br />

will sanction a firm or individual, including declaring ineligible, either indefinitely or <strong>for</strong> a stated period<br />

of time, to be awarded a Bank-financed contract if it at any time determines that the firm has, directly or<br />

through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in<br />

competing <strong>for</strong>, or in executing, a Bank-financed contract; and<br />

will have the right to require that a provision be included in bidding documents and in contracts<br />

financed by a Bank loan, requiring bidders, suppliers, and contractors and their sub-contractors to<br />

permit the Bank to inspect their accounts and records and other documents relating to the bid<br />

submission and contract per<strong>for</strong>mance and to have them audited by auditors appointed by the Bank.<br />

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 64 of the Conditions of<br />

Contract.<br />

3<br />

a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process<br />

or contract execution; and the “act or omission” is intended to influence the procurement process or contract<br />

execution.<br />

4<br />

“parties” refers to participants in the procurement process (including public officials) attempting to establish<br />

bid prices at artificial, non competitive levels.<br />

5<br />

a “party” refers to a participant in the procurement process or contract execution.<br />

19


SECTION 2:<br />

FORMS OF <strong>BID</strong>, QUALIFICATION INFORMATION AND LETTER<br />

OF ACCEPTANCE<br />

Table of Forms:<br />

- CONTRACTOR’S <strong>BID</strong><br />

- QUALIFICATION INFORMATION<br />

- LETTER OF ACCEPTANCE<br />

- NOTICE TO PROCEED WITH THE WORK<br />

- AGREEMENT FORM<br />

20


Contractor's Bid<br />

Construction of <strong>Guest</strong> <strong>House</strong>, Office Building & Allied Works At Digha, West Bengal<br />

<strong>BID</strong><br />

To : The Project Director<br />

State Project Management Cell, <strong>Integrated</strong> Coastal Zone Management Project,<br />

Institute of Environmental Studies & Wetland Management [the Employer]<br />

Address : DD-24, Sector 1, Salt Lake City, Kolkata, India<br />

___________________________________________________________________________ 6<br />

GENTLEMEN,<br />

Having examined the bidding documents including addendum, we offer to execute the Works described above in<br />

accordance <strong>with</strong> the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid <strong>for</strong><br />

the Contract Price of _. ________ [in figures] (__________________________________________________) [in<br />

letters]. 7<br />

The advance Payment required is: Rupees ________________.<br />

We accept the appointment of Sri Paritosh Mitra (retd. Chief Engineer) as the Adjudicator.<br />

(OR)<br />

We do not accept the appointment of Sri<br />

Sri Paritosh Mitra (retd. Chief Engineer) as the Adjudicator and propose instead that _______________________ be<br />

appointed as Adjudicator whose daily fees and biographical data are attached.<br />

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are<br />

not bound to accept the lowest or any Bid you receive.<br />

We hereby certify that we have taken steps to ensure that no person acting <strong>for</strong> us or on our behalf will engage in<br />

bribery.<br />

We also undertake that, in competing <strong>for</strong> (and, if the award is made to us, in executing) the above contract, we will<br />

strictly observe the laws against fraud and corruption in <strong>for</strong>ce in India namely “Prevention of Corruption Act 1988”.<br />

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we<br />

are awarded the contract, are listed below :<br />

Name and address of agent Amount Purpose of Commission or gratuity<br />

______________________ ________ ____________________________<br />

______________________ ________ ____________________________<br />

______________________ ________ ____________________________<br />

(if none, state “none”)<br />

3 To be filled in by the Bidder, together <strong>with</strong> his particulars and date of submission at the bottom of the Form of Bid.<br />

21


We hereby confirm that this Bid complies <strong>with</strong> the Eligibility, Bid Validity and Bid Security required by the Bidding<br />

documents.<br />

Yours faithfully,<br />

Authorized Signature:<br />

Name & Title of Signatory: _________________________________________________________________<br />

Name of Bidder<br />

Address<br />

: ______________________________________________<br />

: __________________________________________________________________<br />

22


Qualification In<strong>for</strong>mation<br />

The in<strong>for</strong>mation to be filled in by the Bidder in the following pages will be used <strong>for</strong> purposes of post qualification as<br />

provided <strong>for</strong> in Clause 4 of the Instructions to Bidders. This in<strong>for</strong>mation will not be incorporated in the Contract.<br />

1. For Individual Bidders<br />

1.1 Constitution or legal status of Bidder<br />

[Attach copy]<br />

Place of registration:<br />

Principal place of business:<br />

_______________________________<br />

_______________________________<br />

Power of attorney of signatory of Bid<br />

[Attach]<br />

1.2 Total value of Civil Engineering construction work and<br />

Design, Supply and construction of sewage lifting station,<br />

pumping Station and allied works<br />

executed and payment received in the last five years.<br />

**<br />

(in Rs.Lakh)<br />

2008-2009_____________________β<br />

2009-2010_____________________<br />

2010-2011_____________________<br />

2011-2012_____________________<br />

2012-2013_____________________<br />

1.3.1 Work per<strong>for</strong>med as prime contractor (in the same name) on works of a similar nature over the last five years.<br />

**<br />

____________________________________________________________________________________________<br />

Project<br />

Name<br />

Name<br />

of the<br />

Employer*<br />

Description<br />

of<br />

work<br />

Contract<br />

No.<br />

Value of<br />

contract<br />

(Rs.<br />

Million)<br />

Date of<br />

issue of<br />

work<br />

order<br />

Stipulated<br />

period of<br />

completion<br />

Actual date<br />

of<br />

completion*<br />

Remarks<br />

explaining<br />

reasons <strong>for</strong><br />

delay and<br />

work<br />

completed<br />

____________________________________________________________________________________________<br />

____________________________________________________________________________________________<br />

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **<br />

Year Name Name Remarks *<br />

of the of the Cement concrete E/works<br />

Work Employer* (including<br />

RCC&PCC)<br />

2008-2009<br />

2009-2010<br />

2010-2011<br />

2011-2012<br />

2012-2013<br />

*Attach certificate(s) from the Engineer(s)-in-Charge<br />

23<br />

Masonry<br />

work<br />

(indicate contract<br />

Ref)


@The item of work <strong>for</strong> which data is requested should tally <strong>with</strong> that specified in ITB clause 4.5A(c).<br />

** immediately preceding the financial year in which bids are received.β Attach certificate from Chartered<br />

Accountant.<br />

1.4 In<strong>for</strong>mation on Bid Capacity (works <strong>for</strong> which bids have been submitted and works which are yet to be<br />

completed) as on the date of this bid.<br />

(A) Existing commitments and on-going works:<br />

0<br />

____________________________________________________________________________________________<br />

Description Place Contract No. Name Value of Stipulated Value of works* Anticipated<br />

of & & Date and Contract period of remaining to be date of<br />

Work State Address (Rs. million) completion completed completion<br />

of Employer<br />

(Rs. million)<br />

(1) (2) (3) (4) (5) (6) (7) (8)<br />

____________________________________________________________________________________________<br />

__________________________________________________________________________________________<br />

(B) Works <strong>for</strong> which bids already submitted:<br />

____________________________________________________________________________________________<br />

Description Place Name and Estimated Stipulated Date when Remarks<br />

of & Address of value of works period of decision is if any<br />

Work State Employer (Rs. million) completion expected<br />

(1) (2) (3) (4) (5) (6) (7)<br />

* Attach certificate(s) from the Engineer(s)-in-Charge.<br />

1.5 The following items of Contractor's Equipment are essential <strong>for</strong> carrying out the Works. The Bidder should list<br />

all the in<strong>for</strong>mation requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.<br />

_______________________________________________________________________________________<br />

Item of Requirement Availability proposals Remarks<br />

equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be<br />

to be procured capacity condition purchased)<br />

_______________________________________________________________________________________<br />

Concrete Mixture * * * * * * *<br />

Excavator * * * * * * *<br />

Needle vibrator<br />

plate vibrator<br />

Truck/Tipper<br />

5 H.P water pump<br />

_______________________________________________________________________________________<br />

24


1.6 Qualifications and experience of key personnel proposed <strong>for</strong> administration and execution of the Contract.<br />

Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub<br />

Clause 9.1 of the Conditions of Contract.<br />

_______________________________________________________________________________________<br />

Years of Years of experience in<br />

Position Name Qualifications experience the proposed position<br />

(general)<br />

_______________________________________________________________________________________<br />

Project Manager * * * *<br />

* * * * *<br />

* * * * *<br />

* * * * *<br />

etc.<br />

_______________________________________________________________________________________<br />

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]<br />

_______________________________________________________________________________________<br />

Sections Value of Sub-contractor Experience in<br />

of the works Sub-contract (name and address) similar work<br />

_______________________________________________________________________________________<br />

* * * *<br />

* *<br />

* * * *<br />

* *<br />

* * * *<br />

* *<br />

______________________________________________________________________________________<br />

1.8 Financial reports <strong>for</strong> the last five years: balance sheets, profit and loss statements, auditors' reports (in case of<br />

companies/corporation), etc. List them below and attach copies.<br />

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,<br />

etc. List them below and attach copies of support documents [sample <strong>for</strong>mat attached].<br />

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if<br />

contacted by the Employer.<br />

1.11 In<strong>for</strong>mation on litigation history in which the Bidder is involved.<br />

__________________________________________________________________________________<br />

Other party(ies) Employer Cause of dispute Amount involved Remarks showing<br />

present status<br />

__________________________________________________________________________________<br />

__________________________________________________________________________________<br />

25


1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.<br />

_______________________________________________________________________________________<br />

_______________________________________________________________________________________<br />

_______________________________________________________________________________________<br />

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to<br />

comply <strong>with</strong> the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].<br />

2. Joint Ventures - Deleted<br />

3. Additional Requirements<br />

3.1 Bidders should provide any additional in<strong>for</strong>mation required to fulfill the requirements of Clause 4 of the<br />

Instructions to the Bidders, if applicable.<br />

____________________________________________________________________________________________<br />

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –*<br />

CLAUSE 4.5 [B] [c] OF ITB<br />

BANK CERTIFICATE<br />

This is to certify that M/s. …………………………… is a reputed company <strong>with</strong> a good financial standing.<br />

If the contract <strong>for</strong> the work, namely …………………………………………………………. [funded by the World<br />

Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………<br />

to meet their working capital requirements <strong>for</strong> executing the above contract.<br />

__ Sd. __<br />

Name of Bank<br />

Senior Bank Manager<br />

Address of the Bank<br />

26


<strong>Integrated</strong> Coastal Zone Management Project<br />

Form ……….<br />

(Declaration regarding customs/excise duty exemption <strong>for</strong> materials/<br />

construction equipment bought <strong>for</strong> the work)<br />

(Bidder’s Name and Address)<br />

To: ………………………<br />

(Name of the Employer)<br />

Dear Sir:<br />

Re: [Name of Work]<br />

………………………… -<br />

Certificate <strong>for</strong> Import/Procurement of Goods/Construction Equipment<br />

1. We confirm that we are solely responsible <strong>for</strong> obtaining customs/excise duty waivers which we have considered<br />

in our bid and in case of failure to receive such waivers <strong>for</strong> reasons whatsoever, the Employer will not<br />

compensate us.<br />

2. We are furnishing below the in<strong>for</strong>mation required by the Employer <strong>for</strong> issue of the necessary certificates in<br />

terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.<br />

3. The goods/construction equipment <strong>for</strong> which certificates are required are as under:<br />

Items<br />

Make/<br />

Brand<br />

Name<br />

Capacity<br />

[where<br />

applicable]<br />

Quantity Value State whether it will<br />

be procured locally<br />

or imported [if so<br />

from which country]<br />

Goods<br />

Remarks regarding<br />

justification <strong>for</strong> the<br />

quantity and their<br />

usage in works<br />

[a]<br />

[b]<br />

Construction Equipment<br />

[a]<br />

[b]<br />

[c]<br />

[d]<br />

4. We agree that no modification to the above list is permitted after bids are opened.<br />

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer <strong>for</strong> the<br />

work, based on the Bill of Quantities and the construction program and methodology as furnished by us along<br />

<strong>with</strong> the bid.<br />

6. We confirm that the above goods will be exclusively used <strong>for</strong> the construction of the above work and<br />

construction equipment will not be sold or otherwise disposed of in any manner <strong>for</strong> a period of five years from<br />

the date of acquisition.<br />

Date: ___________________<br />

Place: __________________<br />

(Signature) ____________________<br />

(Printed Name) _________________<br />

(Designation) __________________<br />

(Common Seal) ________________<br />

This certificate will be issued <strong>with</strong>in 60 days of signing of contract and no subsequent changes will be permitted.<br />

27


Letter of Acceptance<br />

(letterhead paper of the Employer)<br />

________________________[date]<br />

To: _________________________________________________________________________[name and address of<br />

the Contractor]<br />

Dear Sirs,<br />

This is to notify you that your Bid dated _______________________________<strong>for</strong> execution of the _<br />

_______________________<br />

___________________________________________________________ [name of the contract and identification<br />

number, as given in the Instructions to Bidders] <strong>for</strong> the Contract Price of Rupees____________________________<br />

[amount in words and figures], as corrected and modified in accordance <strong>with</strong> the Instructions to Bidders 1 is hereby<br />

accepted by our Agency.<br />

[OR]<br />

We accept/do not accept that __________________________ be appointed as the Adjudicator 2 .<br />

We note that as per bid, you do not intend to subcontract any component of work.<br />

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor <strong>for</strong> executing<br />

….........................................<br />

[Delete whichever is not applicable]h<br />

You are hereby requested to furnish Per<strong>for</strong>mance Security, plus additional security <strong>for</strong> unbalanced bids<br />

in terms of ITB clause 29.5, in the <strong>for</strong>m detailed in Para 34.1 of ITB <strong>for</strong> an amount of Rs.————— <strong>with</strong>in 21 days<br />

of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto<br />

........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.<br />

We have reviewed the construction methodology submitted by you along <strong>with</strong> the bid in response to ITB Clause<br />

4.3[k] and our comments are given in the attachment. You are requested to submit a revised program including<br />

environmental management plan as per Clause 27 of General Conditions of Contract <strong>with</strong>in 14 days of receipt of this<br />

letter.<br />

Yours faithfully,<br />

Authorized Signature<br />

Name and Title of Signatory<br />

Name of Agency<br />

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified<br />

in accordance <strong>with</strong> the Instructions to Bidders" if corrections or modifications have not been effected.<br />

28


2<br />

To be used only if the Contractor disagrees in his Bid <strong>with</strong> the Adjudicator proposed by the Employer in the<br />

"Instructions to Bidders."<br />

29


Issue of Notice to proceed <strong>with</strong> the work<br />

(letterhead of the Employer)<br />

To<br />

————— (date)<br />

—————————————— (name and address of the Contractor)<br />

——————————————<br />

——————————————<br />

Dear Sirs:<br />

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of<br />

the contract agreement <strong>for</strong> the Construction of --------------------------------<br />

@ a Bid Price of Rs.---------------------, you are hereby instructed to proceed <strong>with</strong> the execution of the<br />

said works in accordance <strong>with</strong> the contract documents.<br />

Yours faithfully,<br />

(Signature, name and title of<br />

signatory authorized to sign on<br />

behalf of Employer)<br />

30


Agreement Form<br />

Agreement<br />

This agreement, made the ___________________ day of ______________ 20_____, between [name and address of<br />

Employer] (hereinafter called “the Employer)” of the one part and<br />

______________________________________________<br />

______________________________________________________________________________________________<br />

__________________________________________________[name and address of contractor] (hereinafter called<br />

“the Contractor” ) of the other part.<br />

Whereas the Employer is desirous that the Contractor execute _ [name and identification number of Contract]<br />

(hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor <strong>for</strong> the execution and<br />

completion of such Works and the remedying of any defects therein, at a contract price of Rs.<br />

__________________________<br />

NOW THIS AGREEMENT WITNESSETH as follows:<br />

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the<br />

Conditions of Contract hereinafter referred to, and they shall be deemed to <strong>for</strong>m and be read and construed as part<br />

of this Agreement.<br />

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the<br />

Contractor hereby covenants <strong>with</strong> the Employer to execute and complete the Works and remedy any defects<br />

therein in con<strong>for</strong>mity in all aspects <strong>with</strong> the provisions of the Contract.<br />

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the<br />

Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under<br />

the provisions of the Contract at the times and in the manner prescribed by the Contract.<br />

4. The following documents shall be deemed to <strong>for</strong>m and be read and construed as part of this Agreement, viz.:<br />

i) Letter of Acceptance;<br />

ii) Notice to proceed <strong>with</strong> the works;<br />

iii) Contractor’s Bid;<br />

iv) Contract Data;<br />

v) Conditions of contract (including Special Conditions of Contract);<br />

vi) Specifications;<br />

vii) Drawings;<br />

viii) Bill of Quantities; and<br />

ix) Any other document listed in the Contract Data as <strong>for</strong>ming part of the contract.<br />

31


In witness whereof the parties thereto have caused this Agreement to be executed the day and year first be<strong>for</strong>e written.<br />

The Common Seal of<br />

____________________________________________________________<br />

was hereunto affixed in the presence of:<br />

Signed, Sealed and Delivered by the said _________________________________________________<br />

_____________________________________________________________________________________<br />

_____________________________________________________________________________________<br />

in the presence of:<br />

Binding Signature of Employer<br />

_________________________________________________ ___<br />

Binding Signature of Contractor<br />

_____________________________________________________<br />

32


SECTION 3: CONDITIONS OF CONTRACT<br />

33


Conditions of Contract<br />

Table of Contents<br />

A. General Page No. C. Quality Control Page No.<br />

1. Definitions 33 33. Identifying Defects 40<br />

2. Interpretation 34 34. Tests 40<br />

3. Language and Law 35 35. Correction of Defects 40<br />

4. Engineer's Decisions 35 36. Uncorrected Defects 40<br />

5. Delegation 35<br />

6. Communications 35<br />

7. Subcontracting 35 D. Cost Control<br />

8. Other Contractors 35 37. Bill of Quantities 40<br />

9. Personnel 38. Changes in the Quantities 40<br />

10. Employer’s & Contractor's Risks 36 39. Variations 40<br />

11. Employer's Risks 36 40. Payments <strong>for</strong> Variations 41<br />

12. Contractor’s Risks 36 41. Cash Flow Forecasts 41<br />

13. Insurance 36 42. Payment Certificates 41<br />

14. Site Investigation Reports 37 43. Payments 42<br />

15. Queries about the Contract 44. Compensation Events 42<br />

Data 37 45. Tax 43<br />

16. Contractor to Construct the 46. Currencies 43<br />

Works 37 47. Price Adjustments 43<br />

17. The Works to Be Completed by 48. Retention 44<br />

the Intended Completion Date 37 49. Liquidated Damages 44<br />

18. Approval by the Engineer 37 50. Bonus 44<br />

19. Safety 37 51. Advance Payment 44<br />

20. Discoveries 37 52. Securities 45<br />

21. Possession of the Site 37 53. Dayworks 45<br />

22. Access to the Site 38 54. Cost of Repairs 45<br />

23. Instructions 38<br />

24. Disputes 38<br />

25. Procedure <strong>for</strong> Disputes 38 E. Finishing the Contract<br />

26. Replacement of Adjudicator 38<br />

55. Completion 45<br />

B. Time Control 56. Taking Over 45<br />

27. Program 38 57. Final Account 45<br />

28. Extension of the Intended 58. Operating and Maintenance Manuals 45<br />

Completion Date 39 59. Termination 45<br />

29. Acceleration 39 60. Payment upon Termination 46<br />

30. Delays Ordered by the 61. Property 47<br />

Engineer 39 62. Release from Per<strong>for</strong>mance 47<br />

31. Management Meetings 39 63. Suspension of World Bank Loan 47<br />

32. Early Warning 39 or Credit<br />

F. Special Conditions of Contract 48<br />

34


Conditions of Contract<br />

A. General<br />

1. Definitions<br />

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep<br />

their defined meanings. Capital initials are used to identify defined terms.<br />

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes<br />

in the first instance, as provided <strong>for</strong> in Clauses 24 and 25. The name of the Adjudicator is defined in the<br />

Contract Data.<br />

Bill of Quantities means the priced and completed Bill of Quantities <strong>for</strong>ming part of the Bid.<br />

Compensation Events are those defined in Clause 44 hereunder.<br />

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance<br />

<strong>with</strong> Sub Clause 55.1.<br />

The Contract is the contract between the Employer and the Contractor to execute, complete and<br />

maintain the Works. It consists of the documents listed in Clause 2.3 below.<br />

The Contract Data defines the documents and other in<strong>for</strong>mation which comprise the Contract.<br />

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by<br />

the Employer.<br />

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.<br />

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in<br />

accordance <strong>with</strong> the provisions of the Contract.<br />

.<br />

Days are calendar days; months are calendar months.<br />

A Defect is any part of the Works not completed in accordance <strong>with</strong> the Contract.<br />

The Defects Liability Period is the period named in the Contract Data and calculated from the<br />

Completion Date.<br />

The Employer is the party who will employ the Contractor to carry out the Works.<br />

The Engineer is the person named in the Contract Data (or any other competent person appointed and<br />

notified to the contractor to act in replacement of the Engineer) who is responsible <strong>for</strong> supervising the<br />

execution of the works and administering the Contract.<br />

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the<br />

Works.<br />

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance<br />

35


The Intended Completion Date is the date on which it is intended that the Contractor shall complete the<br />

Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date<br />

may be revised only by the Engineer by issuing an extension of time.<br />

Materials are all supplies, including consumables, used by the contractor <strong>for</strong> incorporation in the<br />

Works.<br />

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical<br />

or biological function.<br />

The Site is the area defined as such in the Contract Data.<br />

Site Investigation Reports are those which were included in the Bidding documents and are factual<br />

interpretative reports about the surface and sub-surface conditions at the site.<br />

Specification means the Specification of the Works included in the Contract and any modification or<br />

addition made or approved by the Engineer.<br />

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence<br />

execution of the works. It does not necessarily coincide <strong>with</strong> any of the Site Possession Dates.<br />

A Subcontractor is a person or corporate body who has a Contract <strong>with</strong> the Contractor to carry out a<br />

part of the work in the Contract which includes work on the Site.<br />

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are<br />

needed <strong>for</strong> construction or installation of the Works.<br />

A Variation is an instruction given by the Engineer which varies the Works.<br />

The Works are what the Contract requires the Contractor to construct, install, and turn over to the<br />

Employer, as defined in the Contract Data.<br />

2. Interpretation<br />

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or<br />

neuter, and the other way around. Headings have no significance. Words have their normal meaning<br />

under the language of the Contract unless specifically defined. The Engineer will provide instructions<br />

clarifying queries about the Conditions of Contract.<br />

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the<br />

Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works<br />

(other than references to the Completion Date and Intended Completion date <strong>for</strong> the whole of the<br />

Works).<br />

2.3 The documents <strong>for</strong>ming the Contract shall be interpreted in the following order of priority:<br />

(1) Agreement<br />

(2) Letter of Acceptance, notice to proceed <strong>with</strong> the works<br />

(3) Contractor’s Bid<br />

(4) Contract Data<br />

36


(5) Conditions of Contract including Special Conditions of Contract<br />

(6) Specifications<br />

(7) Drawings<br />

3. Language and Law<br />

(8) Bill of Quantities and<br />

(9) any other document listed in the Contract Data as <strong>for</strong>ming part of the Contract.<br />

3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.<br />

4. Engineer's Decisions<br />

4.1 Except where otherwise specifically stated, the Engineer-in-charge will decide contractual matters<br />

between the Employer and the Contractor in the role representing the Employer.<br />

5. Delegation<br />

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the<br />

Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.<br />

6. Communications<br />

6.1 Communications between parties which are referred to in the conditions are effective only when in<br />

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).<br />

7. Subcontracting<br />

7.1 The Contractor may subcontract <strong>with</strong> the approval of the Engineer but may not assign the Contract<br />

<strong>with</strong>out the approval of the Employer in writing. Subcontracting does not alter the Contractor's<br />

obligations.<br />

8. Other Contractors<br />

8.1 The Contractor shall cooperate and share the Site <strong>with</strong> other contractors, public authorities, utilities, and<br />

the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as<br />

referred to in the Contract Data, also provide facilities and services <strong>for</strong> them as described in the<br />

Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of<br />

any such modification.<br />

9. Personnel<br />

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in<br />

the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the<br />

Engineer. The Engineer will approve any proposed replacement of key personnel only if their<br />

qualifications, abilities, and relevant experience are substantially equal to or better than those of the<br />

personnel listed in the Schedule.<br />

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his<br />

work <strong>for</strong>ce stating the reasons the Contractor shall ensure that the person leaves the Site <strong>with</strong>in seven<br />

days and has no further connection <strong>with</strong> the work in the Contract.<br />

37


10. Employer’s and Contractor's Risks<br />

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor<br />

carries the risks which this Contract states are Contractor’s risks.<br />

11. Employer's Risks<br />

11.1 The Employer is responsible <strong>for</strong> the excepted risks which are (a) in so far as they directly affect the<br />

execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of <strong>for</strong>eign<br />

enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or<br />

disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or<br />

nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other<br />

than the Contractor’s design.<br />

12. Contractor’s Risks<br />

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during<br />

and in consequence of the per<strong>for</strong>mance of the Contract other than the excepted risks are the<br />

responsibility of the Contractor.<br />

13. Insurance<br />

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover<br />

from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in<br />

the Contract Data <strong>for</strong> the following events which are due to the Contractor’s risks:<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

loss of or damage to the Works, Plant and Materials;<br />

loss of or damage to Equipment;<br />

loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection<br />

<strong>with</strong> the Contract; and<br />

personal injury or death.<br />

13.2 Policies and certificates <strong>for</strong> insurance shall be delivered by the Contractor to the Engineer-in-charge <strong>for</strong><br />

the Engineer’s approval be<strong>for</strong>e the Start Date. All such insurance shall provide <strong>for</strong> compensation to be<br />

payable in the types and proportions of currencies required to rectify the loss or damage incurred.<br />

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect<br />

the insurance which the Contractor should have provided and recover the premiums the Employer has<br />

paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the<br />

premiums shall be a debt due.<br />

13.4 Alterations to the terms of an insurance shall not be made <strong>with</strong>out the approval of the Engineer-incharge.<br />

13.5 Both parties shall comply <strong>with</strong> any conditions of the insurance policies.<br />

14. Site Investigation Reports<br />

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the<br />

Contract Data, supplemented by any in<strong>for</strong>mation available to the Bidder.<br />

15. Queries about the Contract Data<br />

15.1 The Engineer-in-charge will clarify queries on the Contract Data.<br />

38


16. Contractor to Construct the Works<br />

16.1 The Contractor shall construct and install the Works in accordance <strong>with</strong> the Specification and Drawings,<br />

and as per instructions of Engineer.<br />

17. The Works to Be Completed by the Intended Completion Date<br />

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works<br />

in accordance <strong>with</strong> the program submitted by the Contractor, as updated <strong>with</strong> the approval of the<br />

Engineer-in-charge, and complete them by the Intended Completion Date.<br />

18. Approval by the Engineer<br />

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to<br />

the Engineer-in-charge, who is to approve them if they comply <strong>with</strong> the Specifications and Drawings.<br />

18.2 The Contractor shall be responsible <strong>for</strong> design of Temporary Works.<br />

18.3 The approval of Engineer-in-charge shall not alter the Contractor's responsibility <strong>for</strong> design of the<br />

Temporary Works.<br />

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where<br />

required.<br />

18.5 All Drawings prepared by the Contractor <strong>for</strong> the execution of the temporary or permanent Works, are<br />

subject to prior approval by the Engineer-in-charge be<strong>for</strong>e their use.<br />

19. Safety<br />

19.1 The Contractor shall be responsible <strong>for</strong> the safety of all activities on the Site.<br />

20. Discoveries<br />

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the<br />

property of the Employer. The Contractor is to notify the Engineer-in-charge of such discoveries and<br />

carry out the instructions of Engineer-in-charge <strong>for</strong> dealing <strong>with</strong> them.<br />

21. Possession of the Site<br />

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not<br />

given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the<br />

relevant activities and this will be Compensation Event.<br />

22. Access to the Site<br />

22.1 The Contractor shall allow the Engineer-in-charge and any person authorized by the Engineer-in-charge<br />

access to the Site, to any place where work in connection <strong>with</strong> the Contract is being carried out or is<br />

intended to be carried out and to any place where materials or plant are being manufactured / fabricated /<br />

assembled <strong>for</strong> the works.<br />

23. Instructions<br />

23.1 The Contractor shall carry out all instructions of the Engineer-in charge which comply <strong>with</strong> the applicable laws<br />

where the Site is located.<br />

23.2 The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the Site and/or<br />

the accounts and records of the Contractor and its subcontractors relating to the per<strong>for</strong>mance of the Contract,<br />

and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank.<br />

39


24. Disputes<br />

The Contractor’s attention is drawn to Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia,<br />

that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided <strong>for</strong><br />

under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a<br />

determination of ineligibility under the Procurement Guidelines).”<br />

24.1 If the Contractor believes that a decision taken by the Engineer-in-charge was either outside the authority<br />

given to the Engineer-in-charge by the Contract or that the decision was wrongly taken, the decision shall<br />

be referred to the Adjudicator <strong>with</strong>in 14 days of the notification of the decision of Engineer-in-charge.<br />

25. Procedure <strong>for</strong> Disputes<br />

25.1 The Adjudicator shall give a decision in writing <strong>with</strong>in 28 days of receipt of a notification of a dispute.<br />

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together <strong>with</strong> reimbursable<br />

expenses of the types specified in the Contract Data and the cost shall be divided equally between the<br />

Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a<br />

decision of the Adjudicator to an Arbitrator <strong>with</strong>in 28 days of the Adjudicator's written decision. If<br />

neither party refers the dispute to arbitration <strong>with</strong>in the above 28 days, the Adjudicator's decision will be<br />

final and binding.<br />

25.3 The arbitration shall be conducted in accordance <strong>with</strong> the arbitration procedure stated in the Special<br />

Conditions of Contract.<br />

26. Replacement of Adjudicator<br />

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the<br />

Adjudicator is not fulfilling his functions in accordance <strong>with</strong> the provisions of the Contract, a new<br />

Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement<br />

between the Employer and the Contractor, <strong>with</strong>in 30 days, the Adjudicator shall be designated by the<br />

Appointing Authority designated in the Contract Data at the request of either party, <strong>with</strong>in 14 days of<br />

receipt of such request.<br />

B. Time Control<br />

27. Program<br />

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer-in-charge <strong>for</strong><br />

approval a program including Environmental Management Plan showing the general methods,<br />

arrangements, order, and timing <strong>for</strong> all the activities in the Works along <strong>with</strong> monthly cash flow <strong>for</strong>ecast.<br />

27.2 An update of the program shall be a program showing the actual progress achieved on each activity and<br />

the effect of the progress achieved on the timing of the remaining work including any changes to the<br />

sequence of the activities.<br />

27.3 The Contractor shall submit to the Engineer, <strong>for</strong> approval, an updated program at intervals no longer<br />

than the period stated in the Contract Data. If the Contractor does not submit an updated program <strong>with</strong>in<br />

this period, the Engineer-in-charge may <strong>with</strong>hold the amount stated in the Contract Data from the next<br />

payment certificate and continue to <strong>with</strong>hold this amount until the next payment after the date on which<br />

the overdue program has been submitted.<br />

27.4 The approval of the program by Engineer-in-charge shall not alter the Contractor's obligations. The<br />

Contractor may revise the program and submit it to the Engineer-in-charge again at any time. A revised<br />

program is to show the effect of Variations and Compensation Events.<br />

28. Extension of the Intended Completion Date<br />

40


28.1 The Engineer-in-charge shall extend the Intended Completion Date if a Compensation Event occurs or a<br />

Variation is issued which makes it impossible <strong>for</strong> Completion to be achieved by the Intended Completion<br />

Date <strong>with</strong>out the Contractor taking steps to accelerate the remaining work and which would cause the<br />

Contractor to incur additional cost.<br />

28.2 The Engineer-in-charge shall decide whether and by how much to extend the Intended Completion Date<br />

<strong>with</strong>in 21 days of the Contractor asking the Engineer <strong>for</strong> a decision upon the effect of a Compensation Event<br />

or Variation and submitting full supporting in<strong>for</strong>mation. If the Contractor has failed to give early warning of<br />

a delay or has failed to cooperate in dealing <strong>with</strong> a delay, the delay by this failure shall not be considered in<br />

assessing the new Intended Completion Date.<br />

29. Deleted<br />

30. Delays Ordered by the Engineer-in-charge<br />

30.1 The Engineer-in-charge may instruct the Contractor to delay the start or progress of any activity <strong>with</strong>in the<br />

Works.<br />

31. Management Meetings<br />

31.1 Either the Engineer-in-charge or the Contractor may require the other to attend a management meeting. The<br />

business of a management meeting shall be to review the plans <strong>for</strong> remaining work and to deal <strong>with</strong> matters<br />

raised in accordance <strong>with</strong> the early warning procedure.<br />

31.2 The Engineer-in-charge shall record the business of management meetings and is to provide copies of his<br />

record to those attending the meeting and to the Employer. The responsibility of the parties <strong>for</strong> actions to be<br />

taken is to be decided by the Engineer-in-charge either at the management meeting or after the management<br />

meeting and stated in writing to all who attended the meeting.<br />

32. Early Warning<br />

32.1 The Contractor is to warn the Engineer-in-charge at the earliest opportunity of specific likely future events or<br />

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the<br />

execution of works. The Engineer-in-charge may require the Contractor to provide an estimate of the<br />

expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate<br />

is to be provided by the Contractor as soon as reasonably possible.<br />

32.2 The Contractor shall cooperate <strong>with</strong> the Engineer-in-charge in making and considering proposals <strong>for</strong> how the<br />

effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in<br />

carrying out any resulting instruction of the Engineer.<br />

33. Identifying Defects<br />

C. Quality Control<br />

34. Tests<br />

33.1 The Engineer-in-charge shall check the Contractor's work and notify the Contractor of any Defects that<br />

are found. Such checking shall not affect the Contractor's responsibilities. The Engineer-in-charge may<br />

instruct the Contractor to search <strong>for</strong> a Defect and to uncover and test any work that the Engineer-incharge<br />

considers may have a Defect.<br />

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify<br />

the Engineer-in-charge and Contractor of any defects that are found. Such a check shall not affect the<br />

Contractor’s or the Engineer-in-charge’s responsibility as defined in the Contract Agreement.<br />

41


34.1 If the Engineer-in-charge r instructs the Contractor to carry out a test not specified in the Specification to<br />

check whether any work has a Defect and the test shows that it does, the Contractor shall pay <strong>for</strong> the test<br />

and any samples. If there is no Defect the test shall be a Compensation Event.<br />

35. Correction of Defects<br />

35.1 The Engineer-in-charge shall give notice to the Contractor of any Defects be<strong>for</strong>e the end of the Defects<br />

Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability<br />

Period shall be extended <strong>for</strong> as long as Defects remain to be corrected.<br />

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect <strong>with</strong>in the length<br />

of time specified by the Engineer’s notice.<br />

36. Uncorrected Defects<br />

36.1 If the Contractor has not corrected a Defect <strong>with</strong>in the time specified in the Engineer’s notice, the<br />

Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.<br />

Note: Where in certain cases, the technical specifications provide <strong>for</strong> acceptance of works <strong>with</strong>in specified<br />

tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.<br />

37. Bill of Quantities<br />

D. Cost Control<br />

37.1 The Bill of Quantities shall contain items <strong>for</strong> the construction, installation, testing, and commissioning<br />

work to be done by the contractor .<br />

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid <strong>for</strong> the quantity of<br />

the work done at the rate in the Bill of Quantities <strong>for</strong> each item.<br />

38. Changes in the Quantities<br />

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities <strong>for</strong> the particular<br />

item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer<br />

shall adjust the rate to allow <strong>for</strong> the change.<br />

38.2 The Engineer-in-charge shall not adjust rates <strong>for</strong> changes in quantities if thereby the Initial Contract<br />

Price is exceeded by more than 15 percent, except <strong>with</strong> the Prior approval of the Employer.<br />

38.3 If requested by the Engineer-in-charge, the Contractor shall provide the Engineer-in-charge <strong>with</strong> a<br />

detailed cost breakdown of any rate in the Bill of Quantities.<br />

39. Variations<br />

39.1 All Variations shall be included in updated Programmes produced by the Contractor.<br />

40. Payments <strong>for</strong> Variations<br />

40.1 The Contractor shall provide the Engineer-in-charge <strong>with</strong> a quotation (<strong>with</strong> breakdown of unit rates) <strong>for</strong><br />

carrying out the Variation when requested to do so by the Engineer-in-charge. The Engineer-in-charge<br />

shall assess the quotation, which shall be given <strong>with</strong>in seven days of the request or <strong>with</strong>in any longer<br />

period stated by the Engineer-in-charge and be<strong>for</strong>e the Variation is ordered.<br />

40.2 If the work in the Variation corresponds <strong>with</strong> an item description in the Bill of Quantities and if, in the<br />

opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of<br />

its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be<br />

used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or<br />

42


timing of the work in the Variation does not correspond <strong>with</strong> items in the Bill of Quantities, the quotation<br />

by the Contractor shall be in <strong>for</strong>m of new rates <strong>for</strong> the relevant items of work.<br />

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer-in-charge<br />

<strong>with</strong> a quotation <strong>with</strong>in a reasonable time specified by the engineer in accordance <strong>with</strong> Clause 40.1), the<br />

Engineer-in-charge may order the Variation and make a change to the Contract Price which shall be<br />

based on Engineer-in-charge’s own <strong>for</strong>ecast of the effects of the Variation on the Contractor's costs.<br />

40.4 If the Engineer-in-charge decides that the urgency of varying the work would prevent a quotation being<br />

given and considered <strong>with</strong>out delaying the work, no quotation shall be given and the Variation shall be<br />

treated as a Compensation Event.<br />

40.5 The Contractor shall not be entitled to additional payment <strong>for</strong> costs that could have been avoided by<br />

giving early warning.<br />

41. Cash flow <strong>for</strong>ecasts<br />

41.1 When the program is updated, the contractor is to provide the Engineer-in-charge <strong>with</strong> an updated cash<br />

flow <strong>for</strong>ecast.<br />

42. Payment Certificates<br />

42.1 The Contractor shall submit to the Engineer-in-charge monthly statements of the estimated value of the<br />

work completed less the cumulative amount certified previously along <strong>with</strong> details of measurement of the<br />

quantity of works executed in a tabulated <strong>for</strong>m as approved by the Engineer.<br />

42.2 The Engineer-in-charge shall check the details given in the Contractor's monthly statement and <strong>with</strong>in 14<br />

days certify the amounts to be paid to the Contractor after taking into account any credit or debit <strong>for</strong> the<br />

month in question in respect of materials <strong>for</strong> the works in the relevant amounts and under conditions set<br />

<strong>for</strong>th in sub-clause 51(3) of the Contract Data (Secured Advance).<br />

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the<br />

quantities claimed as executed by the contractor.<br />

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of<br />

Quantities completed..<br />

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.<br />

42.6 The Engineer-in-charge may exclude any item certified in a previous certificate or reduce the proportion<br />

of any item previously certified in any certificate in the light of later in<strong>for</strong>mation.<br />

43. Payments<br />

43.1 Payments shall be adjusted <strong>for</strong> deductions <strong>for</strong> advance payments, retention, other recoveries in terms of<br />

the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the<br />

amounts certified by the Engineer-in-charge <strong>with</strong>in 28 days of the date of each certificate. If the<br />

Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next<br />

payment. Interest shall be calculated from the date by which the payment should have been made upto<br />

the date when the late payment is made at 8% per annum.<br />

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an<br />

Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause.<br />

Interest shall be calculated from the date upon which the increased amount would have been certified in<br />

the absence of dispute.<br />

43.3 Items of the Works <strong>for</strong> which no rate or price has been entered in will not be paid <strong>for</strong> by the Employer<br />

and shall be deemed covered by other rates and prices in the Contract.<br />

43


44. Compensation Events<br />

44.1 The following are Compensation Events unless they are caused by the Contractor:<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

(e)<br />

(f)<br />

(g)<br />

(h)<br />

(i)<br />

(j)<br />

(k)<br />

(l)<br />

The Employer does not give access to a part of the Site by the Site Possession Date stated in the<br />

Contract Data.<br />

The Employer modifies the schedule of other contractors in a way which affects the work of the<br />

contractor under the contract.<br />

The Engineer-in-charge orders a delay or does not issue drawings, specifications or instructions<br />

required <strong>for</strong> execution of works on time.<br />

The Engineer-in-charge instructs the Contractor to uncover or to carry out additional tests upon<br />

work which is then found to have no Defects.<br />

The Engineer-in-charge unreasonably does not approve <strong>for</strong> a subcontract to be let.<br />

Ground conditions are substantially more adverse than could reasonably have been assumed<br />

be<strong>for</strong>e issuance of Letter of Acceptance from the in<strong>for</strong>mation issued to Bidders (including the Site<br />

Investigation Reports), from in<strong>for</strong>mation available publicly and from a visual inspection of the<br />

Site.<br />

The Engineer-in-charge gives an instruction <strong>for</strong> dealing <strong>with</strong> an un<strong>for</strong>eseen condition, caused by<br />

the Employer, or additional work required <strong>for</strong> safety or other reasons.<br />

Other contractors, public authorities, utilities or the Employer does not work <strong>with</strong>in the dates and<br />

other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.<br />

The advance payment is delayed.<br />

The effect on the Contractor of any of the Employer’s Risks.<br />

The Engineer-in-charge unreasonably delays issuing a Certificate of Completion.<br />

Other Compensation Events listed in the Contract Data or mentioned in the Contract.<br />

45. Tax<br />

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed be<strong>for</strong>e<br />

the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion<br />

Date is extended. The Engineer-in-charge shall decide whether and by how much the Contract Price shall<br />

be increased and whether and by how much the Intended Completion Date shall be extended.<br />

44.3 As soon as in<strong>for</strong>mation demonstrating the effect of each Compensation Event upon the Contractor's<br />

<strong>for</strong>ecast cost has been provided by the Contractor, it is to be assessed by the Engineer-in-charge and the<br />

Contract Price shall be adjusted accordingly. If the Contractor's <strong>for</strong>ecast is deemed unreasonable, the<br />

Engineer-in-charge shall adjust the Contract Price based on Engineer-in-charge’s own <strong>for</strong>ecast. The<br />

Engineer-in-charge will assume that the Contractor will react competently and promptly to the event.<br />

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are<br />

adversely affected by the Contractor not having given early warning or not having cooperated <strong>with</strong> the<br />

Engineer-in-charge.<br />

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of all sales and other taxes that the<br />

Contractor will have to pay <strong>for</strong> the per<strong>for</strong>mance of this Contract. The Employer will per<strong>for</strong>m such duties<br />

in regard to the deduction of such taxes at source as per applicable law.<br />

46. Currencies<br />

46.1 All payments shall be made in Indian Rupees.<br />

44


47. Price Adjustment<br />

47.1 Contract price shall be adjusted <strong>for</strong> increase or decrease in rates and price of labour, materials, fuels and<br />

lubricants in accordance <strong>with</strong> the following principles and procedures and as per <strong>for</strong>mula given in the<br />

contract data:<br />

(a)<br />

(b)<br />

(c)<br />

The price adjustment shall apply <strong>for</strong> the work done from the start date given in the contract data<br />

upto end of the initial intended completion date or extensions granted by the Engineer and shall<br />

not apply to the work carried out beyond the stipulated time <strong>for</strong> reasons attributable to the<br />

contractor.<br />

The price adjustment shall be determined during each quarter from the <strong>for</strong>mula given in the<br />

contract data.<br />

Following expressions and meanings are assigned to the work done during each quarter:<br />

R =<br />

Total value of work done during the quarter. It would include the amount of secured<br />

advance <strong>for</strong> materials paid <strong>for</strong> (if any) during the quarter, less the amount of the secured<br />

advance recovered, during the quarter. It will exclude value <strong>for</strong> works executed under<br />

variations <strong>for</strong> which price adjustment will be worked separately based on the terms<br />

mutually agreed.<br />

47.2 To the extent that full compensation <strong>for</strong> any rise or fall in costs to the contractor is not covered by the<br />

provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall<br />

be deemed to include amounts to cover the contingency of such other rise or fall in costs.<br />

48. Retention<br />

48.1 The Employer shall retain 6 (six)% from each payment due to the Contractor the proportion stated in the<br />

Contract Data until Completion of the whole of the Works.<br />

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and<br />

half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified<br />

by the Engineer to the Contractor be<strong>for</strong>e the end of this period have been corrected.<br />

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) <strong>with</strong> an<br />

“on demand” Bank guarantee.<br />

49. Liquidated Damages<br />

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract<br />

Data <strong>for</strong> each day that the Completion Date is later than the Intended Completion Date (<strong>for</strong> the whole of<br />

the works or the milestone as stated in the contract data). The total amount of liquidated damages shall<br />

not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from<br />

payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's<br />

liabilities.<br />

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer-incharge<br />

shall correct any overpayment of liquidated damages by the Contractor by adjusting the next<br />

payment certificate. The Contractor shall be paid interest on the over payment calculated from the date<br />

of payment to the date of repayment at the rates specified in Sub Clause 43.1.<br />

50. Deleted<br />

51. Advance Payment<br />

45


51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data<br />

by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank<br />

Guarantee in a <strong>for</strong>m and by a bank acceptable to the Employer in amounts and currencies equal to the<br />

advance payment. The guarantee shall remain effective until the advance payment has been repaid, but<br />

the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.<br />

Interest will not be charged on the advance payment.<br />

51.2 The Contractor is to use the advance payment only to pay <strong>for</strong> Equipment, Plant and Mobilization<br />

expenses required specifically <strong>for</strong> execution of the Works. The Contractor shall demonstrate that<br />

advance payment has been used in this way by supplying copies of invoices or other documents to the<br />

Engineer.<br />

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due<br />

to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No<br />

account shall be taken of the advance (mobilization and equipment only) payment or its repayment in<br />

assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated<br />

Damages.<br />

51.4 Secured Advance:<br />

52. Securities<br />

The Engineer-in-charge shall make advance payment in respect of materials intended <strong>for</strong> but not yet<br />

incorporated in the Works in accordance <strong>with</strong> conditions stipulated in the Contract Data.<br />

52.1 The Per<strong>for</strong>mance Security shall be provided to the Employer no later than the date specified in the Letter<br />

of Acceptance and shall be issued in an amount and <strong>for</strong>m and by a bank or surety acceptable to the<br />

Employer, and denominated in Indian Rupees. The Per<strong>for</strong>mance Security shall be valid until a date 28<br />

days from the date of expiry of Defects Liability Period and the additional security <strong>for</strong> unbalanced bids<br />

shall be valid until a date 28 days from the date of issue of the certificate of completion.<br />

53. Deleted<br />

54. Cost of Repairs<br />

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and<br />

the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if<br />

the loss or damage arises from the Contractor's acts or omissions.<br />

55. Completion<br />

E. Finishing the Contract<br />

55.1 The Contractor shall request the Engineer-in-charge to issue a Certificate of Completion of the Works<br />

and the Engineer will do so upon deciding that the Work is completed.<br />

56. Taking Over<br />

56.1 The Employer shall take over the Site and the Works <strong>with</strong>in seven days of the Engineer-in-charge issuing<br />

a certificate of Completion.<br />

57. Final Account<br />

57.1 The Contractor shall supply to the Engineer-in-charge a detailed account of the total amount that the<br />

Contractor considers payable under the Contract be<strong>for</strong>e the end of the Defects Liability Period. The<br />

Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the<br />

Contractor <strong>with</strong>in 56 days of receiving the Contractor's account if it is correct and complete. If it is not,<br />

46


the Engineer-in-charge shall issue <strong>with</strong>in 56 days a schedule that states the scope of the corrections or<br />

additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the<br />

Engineer-in-charge shall decide on the amount payable to the Contractor and issue a payment certificate,<br />

<strong>with</strong>in 56 days of receiving the Contractor’s revised account.<br />

58. Operating and Maintenance Manuals<br />

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall<br />

supply them by the dates stated in the Contract Data.<br />

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data,<br />

or they do not receive the Engineer’s approval, the Engineer-in-charge shall <strong>with</strong>hold the amount stated<br />

in the Contract Data from payments due to the Contractor.<br />

59. Termination<br />

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental<br />

breach of the Contract.<br />

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

(e)<br />

(f)<br />

(g)<br />

(h)<br />

the Contractor stops work <strong>for</strong> 28 days when no stoppage of work is shown on the current program<br />

and the stoppage has not been authorized by the Engineer;<br />

the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not<br />

<strong>with</strong>drawn <strong>with</strong>in 28 days;<br />

the Employer or the Contractor is made bankrupt or goes into liquidation other than <strong>for</strong> a<br />

reconstruction or amalgamation;<br />

a payment certified by the Engineer is not paid by the Employer to the Contractor <strong>with</strong>in 56 days<br />

of the date of the Engineer's certificate;<br />

the Engineer-in-charge gives Notice that failure to correct a particular Defect is a fundamental<br />

breach of Contract and the Contractor fails to correct it <strong>with</strong>in a reasonable period of time<br />

determined by the Engineer-in-charge;<br />

the Contractor does not maintain a security which is required;<br />

the Contractor has delayed the completion of works by the number of days <strong>for</strong> which the<br />

maximum amount of liquidated damages can be paid as defined in the Contract data; and<br />

if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as<br />

defined in GCC Clause 64, in competing <strong>for</strong> or in executing the Contract.<br />

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer-in-charge <strong>for</strong> a<br />

cause other than those listed under Sub Clause 59.2 above, the Engineer-in-charge shall decide whether<br />

the breach is fundamental or not.<br />

59.4 Not<strong>with</strong>standing the above, the Employer may terminate the Contract <strong>for</strong> convenience.<br />

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure<br />

and leave the Site as soon as reasonably possible.<br />

47


60. Payment upon Termination<br />

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the<br />

Engineer-in-charge shall issue a certificate <strong>for</strong> the value of the work done less advance payments<br />

received up to the date of the issue of the certificate, less other recoveries due in terms of the contract,<br />

less taxes due<br />

to be deducted at source as per applicable law and less the percentage to apply to the work not completed<br />

as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount<br />

due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to<br />

the Employer.<br />

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of<br />

Contract by the Employer, the Engineer shall issue a certificate <strong>for</strong> the value of the work done, the<br />

reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on<br />

the Works, and the Contractor's costs of protecting and securing the Works and less advance payments<br />

received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes<br />

due to be deducted at source as per applicable law.<br />

61. Property<br />

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property<br />

of the Employer, if the Contract is terminated because of a Contractor’s default.<br />

62. Release from Per<strong>for</strong>mance<br />

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of<br />

either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The<br />

Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate<br />

and shall be paid <strong>for</strong> all work carried out be<strong>for</strong>e receiving it and <strong>for</strong> any work carried out afterwards to<br />

which commitment was made.<br />

63. Suspension of World Bank Loan or Credit<br />

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the<br />

payments to the Contractor are being made:<br />

(a)<br />

(b)<br />

The Employer is obligated to notify the Contractor of such suspension <strong>with</strong>in 7 days of having<br />

received the World Bank’s suspension notice.<br />

If the Contractor has not received sums due to it upon the expiration of the 28 days <strong>for</strong> payment<br />

provided <strong>for</strong> in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination<br />

notice.<br />

64. Fraud and Corruption<br />

64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or<br />

obstructive practices, in competing <strong>for</strong> or in executing the Contract, then the Employer may, after giving 14 days<br />

notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site,<br />

and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.5<br />

[Termination by Employer].<br />

64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive,<br />

coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in<br />

accordance <strong>with</strong> Clause 9.<br />

64.3 For the purposes of this Sub-Clause:<br />

48


(i)<br />

(ii)<br />

(iii)<br />

(iv)<br />

(v)<br />

“corrupt practice”8 is the offering, giving, receiving or soliciting, directly or indirectly, of anything<br />

of value to influence improperly the actions of another party;<br />

“fraudulent practice”9 is any act or omission, including a misrepresentation, that knowingly or<br />

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an<br />

obligation;<br />

“collusive practice”10 is an arrangement between two or more parties designed to achieve an<br />

improper purpose, including to influence improperly the actions of another party;<br />

“coercive practice”11 is impairing or harming, or threatening to impair or harm, directly or indirectly,<br />

any party or the property of the party to influence improperly the actions of a party;<br />

“obstructive practice” is<br />

(aa)<br />

(bb)<br />

deliberately destroying, falsifying, altering or concealing of evidence material to the<br />

investigation or making false statements to investigators in order to materially impede a Bank<br />

investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or<br />

threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of<br />

matters relevant to the investigation or from pursuing the investigation; or<br />

acts intended to materially impede the exercise of the Bank’s inspection and audit rights<br />

provided <strong>for</strong> under Sub-Clause 22.2.<br />

8<br />

“another party” refers to a public official acting in<br />

relation to the procurement process or contract execution]. In<br />

this context, “public official” includes World Bank staff and<br />

employees of other organizations taking or reviewing procurement<br />

decisions.<br />

9<br />

a “party” refers to a public official; the terms “benefit”<br />

and “obligation” relate to the procurement process or contract<br />

execution; and the “act or omission” is intended to influence the<br />

procurement process or contract execution.<br />

10<br />

“parties” refers to participants in the procurement process<br />

(including public officials) attempting to establish bid prices at<br />

artificial, noncompetitive levels.<br />

11<br />

a “party” refers to a participant in the procurement process<br />

or contract execution.<br />

49


F. Special Conditions of Contract<br />

1. LABOUR :<br />

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements <strong>for</strong> the engagement<br />

of all staff and labour, local or other, and <strong>for</strong> their payment, housing, feeding and transport.<br />

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such <strong>for</strong>m and at<br />

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour<br />

from time to time employed by the Contractor on the Site and such other in<strong>for</strong>mation as the Engineer may<br />

require.<br />

2. COMPLIANCE WITH LABOUR REGULATIONS :<br />

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing<br />

labour enactments and rules made thereunder, regulations, notifications and bye laws of the State or Central<br />

Government or local authority and any other labour law (including rules), regulations, bye laws that may be<br />

passed or notification that may be issued under any labour law in future either by the State or the Central<br />

Government or the local authority. Salient features of some of the major labour laws that are applicable to<br />

construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is<br />

taken against the Employer by the competent authority on account of contravention of any of the provisions of<br />

any Act or rules made thereunder, regulations or notifications including amendments. If the Employer is caused<br />

to pay or reimburse, such amounts as may be necessary to cause or observe, or <strong>for</strong> non-observance of the<br />

provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the<br />

part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor<br />

including his amount of per<strong>for</strong>mance security. The Employer/Engineer-in-charge shall also have right to recover<br />

from the Contractor any sum required or estimated to be required <strong>for</strong> making good the loss or damage suffered by<br />

the Employer.<br />

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the<br />

Employer at any point of time.<br />

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS<br />

ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK<br />

(The law as current on the date of bid opening will apply)<br />

a) Workmen Compensation Act 1923: The Act provides <strong>for</strong> compensation in case of injury by accident arising out<br />

of and during the course of employment.<br />

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain<br />

conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days<br />

wages <strong>for</strong> every completed year of service. The Act is applicable to all establishments employing 10 or more<br />

employees.<br />

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides <strong>for</strong> monthly<br />

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :<br />

(i)<br />

(ii)<br />

(iii)<br />

Pension or family pension on retirement or death, as the case may be.<br />

Deposit linked insurance on the death in harness of the worker.<br />

payment of P.F. accumulation on retirement/death etc.<br />

50


d) Maternity Benefit Act 1951: The Act provides <strong>for</strong> leave and some other benefits to women employees in case of<br />

confinement or miscarriage etc.<br />

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides <strong>for</strong> certain welfare measures to be<br />

provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required<br />

to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of<br />

Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to<br />

the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.<br />

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by<br />

appropriate Government as per provisions of the Act if the employment is a scheduled employment.<br />

Construction of Buildings, Roads, Runways are scheduled employments.<br />

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and<br />

what deductions can be made from the wages of the workers.<br />

h) Equal Remuneration Act 1979: The Act provides <strong>for</strong> payment of equal wages <strong>for</strong> work of equal nature to Male<br />

and Female workers and <strong>for</strong> not making discrimination against Female employees in the matters of transfers,<br />

training and promotions etc.<br />

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The<br />

Act provides <strong>for</strong> payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of<br />

wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/-<br />

per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only.<br />

The Act does not apply to certain establishments. The newly set-up establishments are exempted <strong>for</strong> five years<br />

in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 <strong>for</strong><br />

the purpose of applicability of this Act.<br />

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure <strong>for</strong> resolution of Industrial<br />

disputes, in what situations a strike or lock-out becomes illegal and what are the requirements <strong>for</strong> laying off or<br />

retrenching the employees or closing down the establishment.<br />

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or<br />

more workmen (employment size reduced by some of the States and Central Government to 50). The Act<br />

provides <strong>for</strong> laying down rules governing the conditions of employment by the Employer on matters provided in<br />

the Act and get the same certified by the designated Authority.<br />

l) Trade Unions Act 1926: The Act lays down the procedure <strong>for</strong> registration of trade unions of workmen and<br />

employers. The Trade Unions registered under the Act have been given certain immunities from civil and<br />

criminal liabilities.<br />

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years<br />

of age in certain occupations and processes and provides <strong>for</strong> regulation of employment of children in all other<br />

occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.<br />

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is<br />

applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary<br />

(who has recruited workmen in one state <strong>for</strong> employment in the establishment situated in another state). The<br />

Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be<br />

provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment<br />

and back, etc.<br />

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996<br />

and the Cess Act of 1996: All the establishments who carry on any building or other construction work and<br />

employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the<br />

rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the<br />

establishment is required to provide safety measures at the Building or construction work and other welfare<br />

51


measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations <strong>for</strong> workers near the<br />

work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the<br />

Registering Officer appointed by the Government.<br />

p) Factories Act 1948: The Act lays down the procedure <strong>for</strong> approval at plans be<strong>for</strong>e setting up a factory, health<br />

and safety provisions, welfare provisions, working hours, annual earned leave and rendering in<strong>for</strong>mation<br />

regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing<br />

10 persons or more <strong>with</strong> aid of power or 20 or more persons <strong>with</strong>out the aid of power engaged in manufacturing<br />

process.<br />

3. SUB-CONTRACTING (GCC Clause 7)<br />

Please add the following as Clause 7.2:<br />

The contractor shall not be required to obtain any consent from the employer <strong>for</strong>:<br />

a) the sub-contracting of any part of the Works <strong>for</strong> which the Sub-contractor is named in the contract;<br />

b) the provision of labour; and<br />

c) the purchase of materials which are in accordance <strong>with</strong> the standards specified in the Contract.<br />

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because<br />

of some un<strong>for</strong>eseen circumstances to enable him to complete the work as per terms of the contract, the Engineer<br />

will consider the following be<strong>for</strong>e according approval:<br />

- The contractor shall not sub-contract the whole of the Works.<br />

- The contractor shall not sub-contract any part of the Work <strong>with</strong>out prior consent of the Engineer. Any<br />

such consent shall not relieve the contractor from any liability or obligations under the contract and he<br />

shall be responsible <strong>for</strong> the acts, defaults and neglects of any sub-contractor, his agents or workmen as<br />

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.<br />

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the subcontractors<br />

so proposed <strong>for</strong> the Work possess the experience, qualifications and equipment necessary <strong>for</strong><br />

the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.<br />

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific<br />

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or<br />

obligations under the contract.<br />

4. ARBITRATION (GCC Clause 25.3)<br />

The procedure <strong>for</strong> arbitration will be as follows :<br />

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any<br />

matter arising out of or connected <strong>with</strong> this agreement, such disputes or difference shall be settled in<br />

accordance <strong>with</strong> the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3<br />

arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be<br />

chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of<br />

failure of the two arbitrators appointed by the parties to reach upon a consensus <strong>with</strong>in a period of 30<br />

days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be<br />

appointed by the * President of the Institution of Engineers (India).<br />

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20<br />

percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be<br />

furnished along<strong>with</strong> the bid to enable the employer to satisfy himself about their qualifications be<strong>for</strong>e agreeing <strong>for</strong> such sub-contracting and include it in<br />

the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract.<br />

2. However, [a] sub contracting <strong>for</strong> certain specialized elements of the work is not unusual and acceptable <strong>for</strong> carrying out the works<br />

more effectively; but vertical splitting of the works <strong>for</strong> subcontracting is not acceptable. [b] In any case, proposal <strong>for</strong> sub-contracting in<br />

addition to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional subcontracting<br />

exceeds 25% of value of work which was to be executed by Contractor <strong>with</strong>out sub-contracting.<br />

52


3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or<br />

merger of companies etc.<br />

(b)<br />

In the case of dispute <strong>with</strong> a Foreign contractor the dispute shall be settled in accordance <strong>with</strong> provisions<br />

of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be<br />

appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two<br />

Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure<br />

of the two arbitrators appointed by the parties to reach upon a consensus <strong>with</strong>in a period of 30 days from<br />

the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by<br />

the President of the Institution of Engineers (India.<br />

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above <strong>with</strong>in 30<br />

days after receipt of the notice of the appointment of its arbitrator by the other party, then the * Indian<br />

Council of Arbitration/President of the Institution of Engineers (India)/The International Centre <strong>for</strong><br />

Alternative Dispute Resolution (India), both in cases of the Foreign Contractor as well as Indian<br />

Contractor, shall appoint the arbitrator. A certified copy of the order of the President of the Institution<br />

of Engineers (India, making such an appointment shall be furnished to each of the parties.<br />

(d)<br />

(e)<br />

(f)<br />

(g)<br />

Arbitration proceedings shall be held at Kolkata , India, and the language of the arbitration proceedings<br />

and that of all documents and communications between the parties shall be English.<br />

The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and<br />

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the<br />

expenses incurred by each party in connection <strong>with</strong> the preparation, presentation, etc. of its proceedings<br />

as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be<br />

borne by each party itself.<br />

Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be<br />

referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the<br />

parties; failing such agreement, by the appointing authority, namely the * President of the Institution of<br />

Engineers (India.<br />

Per<strong>for</strong>mance under the contract shall continue during the arbitration proceedings and payments due to<br />

the contractor by the owners shall not be <strong>with</strong>held, unless they are the subject matter of the arbitration<br />

proceedings.<br />

5. PROTECTION OF ENVIRONMENT:<br />

Add the following as GCC Clause 16.2:<br />

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage<br />

or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes<br />

arising as a consequence of his methods of operation.<br />

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing<br />

enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of<br />

the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed<br />

or notification that may be issued in this respect in future by the State or Central Government or the local<br />

authority.<br />

Salient features of some of the major laws that are applicable are given below :<br />

The Water (Prevention and Control of Pollution) Act, 1974, This provides <strong>for</strong> the prevention and control of<br />

water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such<br />

contamination of water or such alteration of the physical, chemical or biological properties of water or such<br />

*<br />

Choose one alternative. Insert Chairman of the executive Committee of the Indian Roads Congress (<strong>for</strong><br />

highway project) or any other appropriate institutions (<strong>for</strong> other types of works).<br />

53


discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether<br />

directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to<br />

public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life<br />

and health of animals or plants or of aquatic organisms.<br />

The Air (Prevention and Control of Pollution) Act, 1981, This provides <strong>for</strong> prevention, control and abatement of<br />

air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid,<br />

liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend<br />

to be injurious to human beings or other living creatures or plants or property or environment.<br />

The Environment (Protection) Act, 1986, This provides <strong>for</strong> the protection and improvement of environment and<br />

<strong>for</strong> matters connected there<strong>with</strong>, and the prevention of hazards to human beings, other living creatures, plants<br />

and property. 'Environment' includes water, air and land and the inter-relationship which exists among and<br />

between water, air and land, and human beings, other living creatures, plants, micro-organism and property.<br />

The Public Liability Insurance Act, 1991, This provides <strong>for</strong> public liability insurance <strong>for</strong> the purpose of<br />

providing immediate relief to the persons affected by accident occurring while handling hazardous substances<br />

and <strong>for</strong> matters connected here<strong>with</strong> or incidental thereto. Hazardous substance means any substance or<br />

preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and<br />

exceeding such quantity as may be specified by notification by the Central Government.<br />

[Employers should note that the Loan Agreement between IBRD and the borrowing country may establish<br />

specific measures to be taken during construction of the Works <strong>for</strong> the protection of the environment. Subclause<br />

16.2 should be modified/expanded to take into account such specific measures or other measures<br />

considered appropriate by the Employer]<br />

Environment Management Plan<br />

The Environment Management Plan (EMP) is a set of measures <strong>for</strong> avoidance, minimization and mitigation of<br />

adverse environmental impacts. The Contractor will abide by the environmental, occupational health and safety<br />

measures listed in the Environment Management Plan (EMP) given in the table below during preparation and<br />

execution of Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP<br />

requirements during preparation and execution of civil works shall be made good at the Contractor’s own expenses.<br />

The Engineer’s check and certification <strong>for</strong> payment, in accordance to requirements under Clause 42.2 of GCC, shall<br />

also include the per<strong>for</strong>mance review of the Contractor <strong>with</strong> regard to EMP compliance.<br />

The complete document on Environmental and Social Management Framework (ESMF) from which these conditions<br />

have been derived/listed is available <strong>with</strong> the Engineer and State Disaster Management Authority (SDMA) <strong>for</strong> the<br />

Contractor’s reference. It is also available on the websites of National Disaster Management Authority (NDMA) and<br />

State Disaster Management Authority (SDMA).<br />

S.<br />

No.<br />

Activity<br />

1. Work Plan <strong>for</strong><br />

EMP<br />

implementation<br />

2. Regulatory<br />

Permissions<br />

and Consents<br />

Measures to be Implemented by the Contractor<br />

The Contractor’s Project Manager shall be responsible <strong>for</strong> implementation of EMP provisions and<br />

will coordinate the over-all implementation of the said plan. Along <strong>with</strong> the Work program, the<br />

Contractor shall submit a plan including method statement and timeline about specific actions that<br />

will be taken by him to implement the provisions laid out in the EMP.<br />

The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works,<br />

which includes obtaining permission/consent <strong>for</strong> plants, water extraction and borrow areas<br />

operations. This includes:<br />

• Consent <strong>for</strong> establishment and operation of plant (<strong>for</strong> concrete work) from SPCB<br />

• PUC certification <strong>for</strong> all vehicles/equipment used <strong>for</strong>/during construction<br />

• Permission/consent of the District Administration/Mining Department/other agencies <strong>for</strong><br />

quarrying and/or borrowing operations <strong>for</strong> materials like sand and earth<br />

• Permission <strong>for</strong> water extraction, if applicable in the local area context.<br />

The Contractor shall abide by all conditions laid out in the said clearances.<br />

54


S.<br />

No.<br />

Activity<br />

3. Consultation<br />

and Community<br />

Consent<br />

4. Construction/<br />

Labour Camp<br />

Measures to be Implemented by the Contractor<br />

The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt.<br />

agency) <strong>for</strong> temporary use of land <strong>for</strong> all construction related activities including:<br />

(a) setting-up and operation of construction camp including labour camps, stock yards etc.<br />

(b) borrow areas and<br />

(c) disposal of debris and other waste material.<br />

(a) Location: The camp and plant site/s location and establishment shall be done in a manner that<br />

does not interfere or disturb the activities of local inhabitants, particularly those of schools and<br />

health facilities. Written permission (no objection certificate) shall be taken from the Gram<br />

Sabha and the land owner prior to location selection and a copy shall be submitted to the<br />

Engineer <strong>for</strong> approval.<br />

(b) Camp site shall not be located <strong>with</strong>in 250 mts. from a water body including village ponds.<br />

(c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats<br />

(such as National Parks, Sanctuaries, Biosphere Reserves, Reserve Forests and Ramsar Sites)<br />

and Coastal Regulation Zone.<br />

(b) Accommodation and Basic Amenities: All weather shelter <strong>with</strong> the required tenement size and<br />

toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be<br />

provided <strong>for</strong> women workers. If a common mess is not provided/operated, additional space <strong>for</strong><br />

cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained<br />

during the operation of such camps/facilities.<br />

(c) Fuel <strong>for</strong> Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium<br />

in the construction/labour camp.<br />

(d) Potable water supply: Drinking water supply of at least 40 lpcd <strong>with</strong> the required supply points<br />

shall be provided.<br />

(e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment<br />

(such as fire extinguishers) shall be provided by the Contractor.<br />

5. Site Clearance (a). No tree cutting is to carried out <strong>with</strong>out the written instruction from the Employer, who in turn<br />

will ensure that relevant regulatory permission/s (including those from Forest Dept., if required)<br />

are obtained prior to cutting of such trees.<br />

6. Protection of<br />

Properties and<br />

Resources<br />

7. Quarry<br />

Operations<br />

(b) The non-timber grade trees are to be stacked and possession is to be given to<br />

Employer/concerned Govt. Department.<br />

(c) The Contractor shall strip, store and preserve top soil from the site of construction work and in<br />

the stock yards prior to stacking of materials. The top soil shall be reinstated in the cyclone<br />

shelter compound after the construction is over.<br />

The Contractor shall take due care to protect and prevent damages to the following resources during<br />

preparatory and construction work:<br />

a. Water supply lines<br />

b. Irrigation canals<br />

c. Cart, cattle and/or foot trail/tracks<br />

d. Cultural properties and sites/structures of religious importance<br />

e. <strong>House</strong>s, Farmlands, Orchards and/or Trees<br />

f. School and other existing buildings adjacent to the site of construction<br />

In case of damage due to construction activity, the restoration/repairs shall be carried out by the<br />

Contractor at his own cost.<br />

The Contractor shall procure material from quarries that have been approved/licensed by the State<br />

Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material.<br />

8. Borrow Areas (a) Borrow areas <strong>for</strong> the project will be selected by the Contractor following the stipulations given<br />

below. The finalization of all such locations shall be dependent on the approval of the Engineer<br />

on technical and environmental grounds. This includes on-site verification to cross-check the<br />

accuracy of details provided by the Contractor. Only after receipt of the written approval from<br />

the Engineer, the Contractor shall enter into a <strong>for</strong>mal agreement <strong>with</strong> landowner.<br />

55


S.<br />

No.<br />

Activity<br />

Measures to be Implemented by the Contractor<br />

(b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and<br />

earth) from ecologically protected areas.<br />

(c) Identification and Selection<br />

1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren<br />

land is not available. In case borrowing needs to be done on an agricultural land, top-soil<br />

stripping, stacking and preservation is a must.<br />

2. Borrow pits shall not be located <strong>with</strong>in a distance of 100 mts. from any NH, SH or other<br />

roads.<br />

3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations.<br />

4. No borrow pits shall be located <strong>with</strong>in 500 mts. from schools, colleges, playgrounds,<br />

religious structures and health centres.<br />

5. No borrow area shall be opened <strong>with</strong>in 500 mts. from a reserved or protected <strong>for</strong>est area,<br />

protected sites, wildlife movement zone and cultural heritage site.<br />

6. No tree cutting shall be undertaken.<br />

7. Borrow area near any surface water body will be at least 100 mts. away.<br />

(d) Operation<br />

1. Area up to which material will be extracted shall be clearly demarcated on ground.<br />

2. A 15 cm topsoil layer will be stripped and preserved in stockpiles.<br />

3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing<br />

ground level.<br />

4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal).<br />

9. Water<br />

Extraction/ Use<br />

10. Safety of Road<br />

Users and Local<br />

Residents<br />

(e) Rehabilitation of Borrow Areas<br />

1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at<br />

least three weeks prior to monsoon.<br />

2. Preserved top soil has be spread uni<strong>for</strong>mly over land (except in cases where borrow area is<br />

developed as a water body) used as a borrow area.<br />

Water <strong>for</strong> construction and <strong>for</strong> use at construction camps (including labour camps) is to be<br />

extracted <strong>with</strong> prior written permission of (a) the individual owner, in case the source is private<br />

well/tube well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation<br />

Department in case the source is an irrigation canal or a river.<br />

(a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall<br />

be made by the Contractor to ensure safety of road users and local people, particularly in the<br />

internal village roads which will be used <strong>for</strong> transporting materials.<br />

(b) Material shall be covered during transportation to prevent spillage, accidents and pollution.<br />

(c) All required measures to ensure safety of local residents including children and other near-by<br />

residents shall be taken up by the Contractor. This shall include provisions to prevent<br />

unauthorised entry into the construction site and camp; fire and electrical safety measures; precautions<br />

around excavation such as barricading and warning signs and safe storage of material.<br />

11. Worker’s Safety (a) All measures required <strong>for</strong> ensuring safety and health of the workers shall be taken up by the<br />

Contractor. This includes provision and en<strong>for</strong>cement of appropriate personal protective<br />

equipment; first aid facility; emergency response arrangement; proper storage of hazardous/<br />

toxic and polluting materials and; measures <strong>for</strong> ensuring fire, electrical and mechanical safety<br />

arrangements in camp and in work site.<br />

(b) All methods, steps and measures required <strong>for</strong> ensuring safety of workers, particularly those<br />

needed while undertaking work in or around excavations; working at height; and; while<br />

handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor.<br />

(c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at<br />

the site.<br />

12. Air Pollution (a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing<br />

sources like plant sites and fine material storage stock yards.<br />

56


S.<br />

No.<br />

Activity<br />

Measures to be Implemented by the Contractor<br />

(b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures,<br />

such as water sprinkling and cover on materials, based on activity and site conditions.<br />

(c) All plants and equipment shall comply <strong>with</strong> pollution control norms.<br />

(d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near<br />

settlements (including at least 100 m be<strong>for</strong>e the settlement).<br />

13. Water pollution (a) All measures (including provision of temporary silt fencing to control sediment run-off) required<br />

<strong>for</strong> avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water<br />

sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the<br />

Contractor.<br />

(b) Storage of materials like fuel, chemicals and cement shall be done in a manner (<strong>with</strong> impervious<br />

layer on bottom and a covered shed on top) that does not contaminate land and ground/surface<br />

water.<br />

14. Noise Pollution (a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The<br />

Contractor shall schedule construction works in consultation <strong>with</strong> local Panchayat Authority and<br />

School Principal to ensure least disturbance to school children and other adjacent residents.<br />

15. Disposal o<br />

Debris/Wastes<br />

(b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site<br />

and those working near generators, heavy equipment/machinery.<br />

(c) Appropriate noise controlling devices including acoustic generators shall be used to minimise<br />

noise during construction work and operation of camp.<br />

(a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the<br />

Engineer in a manner that it does not contaminate the environment.<br />

(b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from<br />

farmlands, water sources and water bodies. In no case, debris shall be disposed <strong>with</strong>in 500 mts.<br />

of ecologically sensitive areas, including <strong>for</strong>ests, wetlands and protected natural habitats.<br />

16. Restoration and<br />

Rehabilitation of<br />

Sites<br />

All work sites and areas under temporary use (including construction and labour camps, plant sites,<br />

haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its<br />

original condition) and to the satisfaction of the Engineer and land owner upon completion of<br />

construction work by the Contractor.<br />

Completion of work (as covered under clause 55.1 of GCC) will also include completion of<br />

rehabilitation and clean-up of the work sites including camps, plants, in and around the construction<br />

site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas<br />

and other sites/locations used <strong>for</strong> material sourcing.<br />

17. Liabilities Any liability arising out of Contractor’s agreement <strong>with</strong> landowners/ local people/gram panchayat<br />

(including those related to temporary use of land, water extraction and disposal of debris) shall be<br />

settled by the Contractor.<br />

6. LIQUIDATED DAMAGES:<br />

Sub-clause 49.1:<br />

Please substitute the last sentence <strong>with</strong> the following:<br />

“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the<br />

contractor from his obligation to complete the work as per agreed construction program and milestones or from<br />

any other of the contractor’s obligations and liabilities under the contract.”<br />

57


SECTION 4: CONTRACT DATA<br />

58


Contract Data<br />

Items marked "N/A" do not apply in this Contract.<br />

The following documents are also part of the Contract:<br />

Clause Reference<br />

· The Schedule of Operating and Maintenance Manuals [58]<br />

· The Schedule of Key Personnel [9]<br />

· The Methodology and program of Construction & Environmental Management Plan [27]<br />

· The Schedule of Key and Critical equipment to be deployed [27]<br />

on the work as per agreed program of construction<br />

· Site Investigation reports [14<br />

The Borrower is Government of India and West Bengal is a participating state in the <strong>Integrated</strong> Coastal Zone Management<br />

project<br />

The World Bank means International Development Association [1.1]<br />

and credit refers to an IDA Credit<br />

____________________________<br />

The Employer is<br />

Name: The Project Director,<br />

Address: State Project Management Unit, <strong>Integrated</strong> Coastal Zone Management Project,<br />

Institute of Environmental Studies & Wetland Management, DD-24, Sector 1, Salt Lake City, Kolkata, India (1.1)<br />

Name of authorized Representative: : Subrat Mukherjee, Project Director SPMU, ICZMP, IESWM.<br />

__________________________<br />

The Engineer is (1.1)<br />

Name: Sri Satyajit Pan,<br />

Address: Executive Engineer, PHED, Tamluk,<br />

Purba Midnapur,WB<br />

Name of Authorized Representative: Sri Subir Ghosh, Assistant Engineer, P.H.E Directorate, Digha<br />

The Adjudicator appointed jointly by the Employer and Contractor is:<br />

*Name : _____________________________________ (1.1)<br />

*Address :<br />

______________________________________________________________________<br />

(*to be filled in after the Adjudicator has been appointed)<br />

The name and identification number of the Contract is<br />

Construction of <strong>Guest</strong> <strong>House</strong>, Office Building & Allied Works At Digha, West Bengal<br />

Bid No.: 03-SPMU/WB/W-22/2013-14<br />

59


The Works consist of—Construction of building, laying of sewer line, civil, mechanical and electrical job,<br />

Landscaping, horticulture, etc<br />

[brief summary, including relationship to other contracts under the Project].<br />

The Start Date shall be the date of issue of notice to proceed <strong>with</strong> the work. (1.1)<br />

The Intended Completion Date <strong>for</strong> the whole<br />

of the Works is 12 month <strong>with</strong> the following milestones: [17, 28]<br />

Milestone dates:<br />

Physical works to be completed<br />

Period from the date of issue of<br />

notice to proceed <strong>with</strong> the work<br />

.<br />

Milestone 1 i.e. Completion of all civil work <strong>for</strong> guest house and office building 7 (seven) months<br />

Milestone 2 i.e Completion of all sanitary and plumbing, electrical work, <strong>with</strong><br />

external work i.e storm water drain, water distribution system,<br />

sewerage disposal, under ground reservoir 10 (Ten) months.<br />

.<br />

Milestone 3 i.e. Completion of all remaining works including boundary wall<br />

12 (twelve) months<br />

The following documents also <strong>for</strong>m part of the Contract: [2.3]<br />

_____________NIL________________________<br />

The Contractor shall submit a revised program including Environmental<br />

Management Plan <strong>for</strong> the Works (in such <strong>for</strong>m and detail as the<br />

engineer shall reasonably prescribe) <strong>with</strong>in 14 days of<br />

delivery of the Letter of Acceptance. [27]<br />

The Site Possession Dates shall be: fourteen days<br />

from the date of signing the agreement [21]<br />

The Site is located at Digha, Dist-East Midnapur, West Bengal_____________________________________<br />

and is defined in drawings nos. a) of section 6______________________________<br />

______________________________<br />

________________________________________________________<br />

The Defects Liability Period is _365 days from the date of certification of completion of works. (where sectional<br />

completion certificate is issued this will apply from those dates <strong>for</strong> those sections). [35]<br />

Insurance requirements are as under: [13]<br />

(i)<br />

Works and Plant and<br />

Materials<br />

Minimum Cover<br />

<strong>for</strong> Insurance<br />

Contract value<br />

Maximum deductible<br />

<strong>for</strong> Insurance<br />

5% of the Contract<br />

Value<br />

(ii) Loss or damage to<br />

Total book value of 5% of the figure<br />

Equipment<br />

the equipment alongside<br />

brought to the site<br />

by the contractor<br />

(iii) Other Property Rs.10,00,000/- Rs.10,000/-<br />

60


(iv)<br />

Personal injury or death<br />

insurance:<br />

a) <strong>for</strong> other people;<br />

As per Workmen’s<br />

Compensation Act<br />

1923 and other<br />

Acts in <strong>for</strong>ce.<br />

As per Workmen’s<br />

Compensation Act<br />

1923 and other Acts in<br />

<strong>for</strong>ce.<br />

b) <strong>for</strong> Contractor’s<br />

Employees<br />

In accordance <strong>with</strong> the statutory requirements<br />

applicable to India, Workmen Compensation<br />

Act.<br />

The following events shall also be Compensation Events: [44]<br />

1. _____________________NIL_______________________________<br />

2. _____________________NIL_______________________________<br />

3. _____________________NIL_______________________________<br />

4. _____________________NIL_______________________________<br />

The period between program updates shall be 30 days. [27]<br />

The amount to be <strong>with</strong>held <strong>for</strong> late submission of an updated<br />

program shall be Rs 2,00,000.00 ____________________________________________[27]<br />

The language of the Contract documents is English [3]<br />

The law which applies to the Contract is the laws of Union of India [3]<br />

The currency of the Contract is Indian Rupees. [46]<br />

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]<br />

Rs.3000.00 per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging expenses<br />

_____________________________________________________________________<br />

_____________________________________________________________________<br />

Appointing Authority <strong>for</strong> the Adjudicator The President, Institution of Engineers (India), Kolkata chapter [26]<br />

The <strong>for</strong>mula(e) <strong>for</strong> adjustment of prices are<br />

Deleted<br />

The proportion of payments retained (retention money) shall be 6% from each bill<br />

subject to a maximum of 5% of final contract price [48]<br />

The liquidated damages <strong>for</strong> the whole of the works are<br />

(0.05%) per day and that <strong>for</strong> the milestone are as under : [49]<br />

For milestone 1<br />

For milestone 2<br />

For milestone 3<br />

Rs 7000.00 per day<br />

Rs 3500.00 per day<br />

Rs 8500.00 per day<br />

The maximum amount of liquidated damages <strong>for</strong> the whole of the works [49]<br />

is ten percent of final contract price.<br />

The amounts of the advance payment are: [51]<br />

61


Nature of Advance Amount (Rs.) Conditions to be fulfilled<br />

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee.<br />

(to be drawn be<strong>for</strong>e end of 20% of Contract period)<br />

2. Equipment<br />

(This advance is not<br />

applicable <strong>for</strong><br />

equipment already<br />

owned or hired/<br />

leased by the<br />

contractor.)<br />

90% <strong>for</strong> new and 50% of depreciated<br />

value <strong>for</strong> old equipment. Total<br />

amount will be subject to a maximum<br />

of 5%of the Contract price.<br />

After equipment is brought to site as per agreed<br />

construction program (provided the Engineer is<br />

satisfied that the equipment is required <strong>for</strong><br />

per<strong>for</strong>mance of the contract) and on submission of<br />

unconditional Bank Guarantee <strong>for</strong> amount of advance.<br />

3. Secured advance<br />

<strong>for</strong> nonperishable<br />

materials brought<br />

to site<br />

75% of Invoice value or Market value<br />

- lower of the two.<br />

a) The materials are in-accordance <strong>with</strong> the<br />

specification <strong>for</strong> Works;<br />

b) Such materials have been delivered to site, and are<br />

properly stored and protected against damage or<br />

deterioration to the satisfaction of the Engineer.<br />

The contractor shall store the bulk material in<br />

measurable stacks.;<br />

c) The Contractor’s records of the requirements,<br />

orders, receipt and use of materials are kept in a<br />

<strong>for</strong>m approved by the Engineer and such records<br />

shall be available <strong>for</strong> inspection by the Engineer;<br />

d) The contractor has submitted <strong>with</strong> his monthly<br />

statement the estimated value of the materials on<br />

site together <strong>with</strong> such documents as may be<br />

required by the Engineer <strong>for</strong> the purpose of<br />

valuation of the materials and providing evidence<br />

of ownership and payment thereof;<br />

e) Ownership of such materials shall be deemed to<br />

vest in the Employer <strong>for</strong> which the Contractor<br />

has submitted an Indemnity Bond in an<br />

acceptable <strong>for</strong>mat; and<br />

f) The quantity of materials are not excessive<br />

and shall be used <strong>with</strong>in a reasonable time as<br />

determined by the Engineer.<br />

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).<br />

Repayment of advance payment <strong>for</strong> mobilization and equipment: [51]<br />

The advance shall be repaid <strong>with</strong> percentage deductions from the interim payments certified<br />

by the Engineer under the Contract. Deductions shall commence in the next Interim Payment<br />

Certificate following that in which the total of all such payments to the Contractor has reached<br />

not less than 15 percent of the Contract Price or —6— months from the date of payment of<br />

first installment of advance, whichever period concludes earlier, and shall be made at the rate<br />

of _15__ percent of the amounts of all Interim Payment Certificates until such time as the<br />

advance has been repaid, always provided that the advance shall be completely repaid prior to<br />

the expiry of the original time <strong>for</strong> completion.<br />

Repayment of secured advance:<br />

62


The advance shall be repaid from each succeeding monthly payments to the extent materials<br />

[<strong>for</strong> which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of<br />

Contract Data on prepage] have been incorporated into the Works.<br />

The Securities shall be <strong>for</strong> the following minimum amounts equivalent as a percentage of [52]<br />

the Contract Price:<br />

Per<strong>for</strong>mance Security <strong>for</strong> 5 per cent of contract price plus Rs NA. ... as additional<br />

security <strong>for</strong> unbalanced bids [in terms of ITB Clause 29.5].<br />

The standard <strong>for</strong>m of Per<strong>for</strong>mance Security acceptable to the Employer shall be an unconditional<br />

Bank Guarantee of the type as presented in Section 8 of the Bidding <strong>Document</strong>s.<br />

The date by which operating and maintenance manuals are required is <strong>with</strong>in 28 days of issue [58]<br />

of certificate of completion of whole or section of the work, as the case may be.<br />

The date by which “as-built” drawings (in scale 1:100) in 2 sets are required is <strong>with</strong>in<br />

28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]<br />

The amount to be <strong>with</strong>held <strong>for</strong> failing to supply “as built” drawings and/or operating and [58]<br />

maintenance manuals *by the date required is Rs.5,00,000.00<br />

The following events shall also be fundamental breach of contract: [59.2]<br />

1. The Contractor has contravened Sub-clause 7 of GCC read <strong>with</strong> SCC and Clause 9.0 of<br />

GCC<br />

2. The contractor does not adhere to the agreed construction program and agreed<br />

environmental management plan (Clause 27 of GCC) and also fails to take satisfactory<br />

remedial action as per agreements reached in the management meetings (Clause 31) <strong>for</strong><br />

a period of 60 days.<br />

3. The contractor fails to carry out of the instructions of Engineer <strong>with</strong>in a reasonable time<br />

determined by the Engineer in accordance <strong>with</strong> GCC Clause 16.1 and 23.1.<br />

The percentage to apply to the value of the work not completed representing the Employer's [60]<br />

additional cost <strong>for</strong> completing the Works shall be 20 percent.<br />

63


SECTION 5: SPECIFICATIONS<br />

64


GENERAL SPECIFICATIONS<br />

1.0 SCOPE OF WORK<br />

1.1 Application of specification and item of work:<br />

This specification <strong>for</strong>ms part of the contract and shall be read in conjunction <strong>with</strong> other documents <strong>for</strong>ming the contract,<br />

viz. Notice inviting <strong>BID</strong>, conditions and requirements of tendering, Scope of work and technical in<strong>for</strong>mation, General<br />

terms and conditions of contract, General and Technical Specification, drawings, Bill of quantities and schedule of<br />

probable items of works.<br />

The offered rates must cover the cost of all materials, all taxes & duties in vogue, labour, tools, machinery, plant, explosives,<br />

scaffolding, staging, shoring, props, bamboos, ropes templates, pegs, and all appliances and operations whatever necessary <strong>for</strong><br />

efficient execution and completion of the work.<br />

All works are to be executed in accordance <strong>with</strong> descriptions in the schedule of item of works along <strong>with</strong> the<br />

specifications, terms, conditions provided elsewhere in the tender documents.<br />

Item of works and their details, which are not covered by this specification, shall be carried out as per those of P.W. Department, Govt.<br />

of West Bengal, Presidency Circle. and relevant IS recommendation.<br />

Manner of works not included above, should be carried out as per relevant provisions of Manual on Water Supply and<br />

Treatment published by CPHEEO, relevant I.S. specifications and code of practice and as per manufacturer’s<br />

specification (where ever necessary).<br />

The overall outline of works to be done by the contractor and the detail have been mentioned in the item of works in the<br />

schedule and in the specification, drawing and elsewhere in the tender documents. Each scheduled item has to be<br />

carried out and completed by the contractor at the accepted rate covering the full extent outlined in the schedule and<br />

specification and not <strong>with</strong>standing any omission in mentioning of supply and execution of such component of works<br />

except in special case specifically mentioned. Items indicated in the schedule are exhaustive. Yet if there by any<br />

short fall felt by the tenderer he may include the same while quoting his rate so as to make the item complete in all<br />

respect <strong>for</strong> successful completion of the work.<br />

The contractor’s works shall be guided by the total requirement briefly outlined and shall include additional<br />

works other than those component of works mentioned in the item to complete the work. The tenderer or the<br />

contractor has to completely execute the full requirements ensuring per<strong>for</strong>mance guarantee of each component<br />

of the works, equipment and machinery so that all the individual components are brought up to the optimum<br />

condition <strong>for</strong> sustained and satisfactory operation individually and collectively.<br />

1.2 Site Condition:<br />

The contractor is to visit the site and ascertain local conditions, traffic restrictions, and obstructions in the area<br />

be<strong>for</strong>e submission of tender paper to satisfy himself.<br />

1.3 Setting out and leveling:<br />

The contractor is to set out and level all the works in accordance <strong>with</strong> the approved drawings, and will be<br />

responsible <strong>for</strong> the accuracy of the same. They have to provide all instruments, setting out equipments and<br />

proper qualified staff required <strong>for</strong> the setting works. If any error will be found during checking by the<br />

department, re-setting out will have to be carried out by the contractor <strong>with</strong> out any extra payment. If any works<br />

found faulty due to erroneous setting out works, the contractor shall have to rectify the same <strong>with</strong> out any extra cost.<br />

1.4 Safety Code:<br />

65


The contractor shall take adequate precaution to provide complete safety <strong>for</strong> prevention of accidents on the<br />

site.<br />

1.5 Keeping works free from water:<br />

The contractor shall provide and maintain at his own cost, electrically or other power driven pumps and other<br />

plant and equipment to keep the site and foundation pits and trenches free from water and continue to do so till the<br />

site is handed over to the complete satisfaction of E.I.C.<br />

1.6 Clear Site:<br />

The site during the execution of works should have sober and tidy appearance <strong>with</strong> everything necessary <strong>for</strong><br />

the work neatly and systematically arranged.<br />

The contractor at his own cost, shall clear the site of all trees, roots and obstructions. Where excavation is required,<br />

that should be done strictly upto the required level. Any surplus earth should be spread over the low lands or used<br />

in earth filling works <strong>for</strong> development of site.<br />

After the completion of the work, the entire site shall be cleared satisfactorily <strong>with</strong> (a) all pits, diggings and<br />

trenches properly filled up (b) all surfaces adequately dressed (c) all surplus materials, sheds, tents and all other<br />

ancillaries removed from the site at his own cost.<br />

1.7 Bench Marks and Ground Water Gauges:<br />

The contractor shall establish and protect surveyor’s benchmarks and base line marks from damage or<br />

movement during work at his cost.<br />

1.8 Inspection:<br />

The contractor shall inspect the site of work and ascertain site conditions and the nature of soil to be<br />

excavated.<br />

1.9 Contractor’s Staff:<br />

The contractor must provide at all times efficient staff of trustworthy, skilful and experienced assistants<br />

capable of carrying out the work in accordance <strong>with</strong> the drawings and specifications and to correct levels in<br />

accordance <strong>with</strong> the provisions made in the relevant clause of the PQ Bid document.<br />

1.10 Measurement of Work:<br />

The CONTRACTOR or his authorized site engineer shall be available at site at all reasonable times to take<br />

joint measurement of work done <strong>for</strong> the purpose of payment and shall also provide <strong>with</strong>out any extra charges,<br />

the necessary measuring instruments and men.<br />

1.11 List of I.S. Code of Practices & others Publications:<br />

A list of few important Indian Standard (latest edition) are given which does not cover all the relevant sides of<br />

practices.<br />

Wherever reference towards the Indian standards mentioned below or otherwise appears in the specification, it<br />

shall be taken as reference to the latest version of the standard.<br />

66


S. No. IS No. DESCRIPTION<br />

1 IS-1200 (Part-I to 28) Measurement of Building Works, method materials & details of construction.<br />

2 SP:7 - 1983 National Building code of India. (first revision)<br />

3 IS-4082: 1996 Stacking of storage of constructional materials at site- recommendation.<br />

4 IS-3764 Safety Code <strong>for</strong> Excavation Work.<br />

5 IS-3696 Safety Code <strong>for</strong> Scaffolds and Ladders.<br />

6 IS-15875 Loading standards.<br />

7 IS-1893 & 4326 Earth Quake design.<br />

8 IS-1080 & 2950 Foundations.<br />

9 IS-1199: 1959 Sampling & Analysing of concrete.<br />

10 IS-8142: 1976 Tests <strong>for</strong> setting time of concrete.<br />

11 IS-516: 1959 Tests <strong>for</strong> strength of concrete.<br />

12 IS-9013: 1978 Tests <strong>for</strong> compressive strength.<br />

13 IS-4031 Tests <strong>for</strong> cement.<br />

14 IS-2911: 1985 (Part –4) Load test on piles.<br />

15 IS-3495 Methods of Testing Burnt Clay Bldg. Bricks.<br />

16 IS-3114: 1965 (art-6) Method of hydraulic test of water supply pipe line.<br />

17 IS-3597 : 1985 Method of testing of concrete pipes.<br />

18 IS-12969: 1990 Method of test <strong>for</strong> quality characteristics of valves.<br />

19 IS-11606 Methods <strong>for</strong> sampling of C.I. Pipes & Fittings.<br />

20 IS-822: 1970 Procedure <strong>for</strong> inspection of welds.<br />

21 IS-73-07 (Part – I) Approved tests <strong>for</strong> welding procedures (fusion welding of steel)<br />

22 IS-7310 (Part – I) Approved tests <strong>for</strong> welders working to approved welding procedure (Part I:<br />

fusion welding of steel).<br />

23 IS-269: 1989 Ordinary, Rapid hardening & low heat Portland Cement – 33 Grade<br />

24 IS-8112: 1989 Ordinary, Rapid hardening & low heat Portland Cement – 43 Grade<br />

25 IS-12269: 1987 Ordinary, Rapid hardening & low heat Portland Cement – 53 Grade<br />

26 IS:455-1989 Portland slag cement.<br />

27 IS:6452-1989 High Alumina cement <strong>for</strong> structural use.<br />

28 IS:8041-1990 Rapid hardening Portland cement.<br />

29 IS-1489(Part-I & 2): 1991 Portland Pozzlona Cement.<br />

30 IS-1726 Admixture of concrete.<br />

31 IS-2645 Internal cement water proofing compounds.<br />

32 Sand IS-1542 Sand <strong>for</strong> plaster<br />

33 IS:2116-1980 Sand <strong>for</strong> masonry mortars<br />

34 Aggregates IS:383-1970 Aggregates course and fine from natural sources <strong>for</strong> concrete.<br />

35 Aggregates IS:515-1959 Aggregates <strong>for</strong> use in Mass Concrete Natural and manufactured.<br />

36 Bricks IS: 1077-1992 Common Burnt clay-building bricks.<br />

37 Soil IS:1489-1970 Classification & Identification of Soil <strong>for</strong> General Engineering purpose.<br />

38 Steel: Iron Work IS-1786: 1985 High yield strength de<strong>for</strong>med bar (Grade Fe 415).<br />

39 IS-2062: 1992 Structural steel.<br />

67


40 IS-814: 1991 Electrodes <strong>for</strong> manual metal arc welding.<br />

41 IS-2062 (Grade-A) Low Carbon structural steel.<br />

42 IS-808: 1989 Rolled Steel Beams, Channels and angles.<br />

43 IS-1038: 1983 Steel doors, windows & Ventilators.<br />

44 IS-1052: 1983 Specification <strong>for</strong> Collapsible Gate.<br />

45 IS-7452: 1990 Hot rolled steel section <strong>for</strong> doors, windows and ventilators.<br />

46 IS-1361 Steel Windows <strong>for</strong> Industrial Buildings.<br />

47 IS-412 Expanded Metal Steel Sheets <strong>for</strong> General Purpose.<br />

48 IS-1948 Aluminum Doors, Windows and Ventilators.<br />

49 IS-1949 Aluminum Windows Industrial Buildings.<br />

50 IS-4021: 1995 Timber door window and ventilator frames.<br />

51 IS-1003: 1991 Timber paneled and glazed door shutters.<br />

52 IS-2202 : 1991 Wooden flush door shutters. (Solid core type).<br />

53 IS-287 Recommendations <strong>for</strong> Maximum Permissible Moisture Content of Timber used<br />

<strong>for</strong> Different Purpose.<br />

54 IS-6198 Ledges, Braced and Battened Timber Door Shutters.<br />

55 IS-204 Tower bolts.<br />

56 IS-205 Non-ferrous metal butt hinges.<br />

57 IS-208 Door Handles.<br />

58 IS-281 Mild Steel Sliding Door Bolts <strong>for</strong> use <strong>with</strong> Padlocks.<br />

59 IS-2681 Non-ferrous Metal Sliding Door Bolts <strong>for</strong> use <strong>with</strong> Padlocks.<br />

60 IS-451 Technical Supply Conditions <strong>for</strong> Wood Screws.<br />

61 IS-1823 Floor Door Stopper.<br />

62 IS-2209 Mortice Lock (vertical type).<br />

63 IS-6607 Rebated Mortice Locks (vertical type).<br />

64 IS-3564 Door Closers (hydraulically regulated).<br />

65 IS-3847 Door Handles <strong>for</strong> Mortice Locks (vertical type).<br />

66 IS-363 Hasps and Staples.<br />

67 IS-419 Putty <strong>for</strong> use on Window Frames.<br />

68 IS-1237 : 1980 Flooring Tiles of Cement concrete.<br />

69 IS-777 : 1988 Glazed E.W. wall tiles.<br />

70 IS-4457: 1982 Ceramic unglazed vitreous acid resisting tiles.<br />

71 IS-458 : 1988 Precast concrete pipe.<br />

72 IS-1230: 1979 CI Rain Water Pipes & Fittings.<br />

73 IS:651 Salt-glazed-stoneware sanitary appliances<br />

74 IS:771 Glazed earthenware sanitary appliances<br />

75 IS:2556 Vitreous sanitary appliances (vitreous China)<br />

76 IS:774 Flushing cisterns <strong>for</strong> water closets and urinals, valueless siphonic type<br />

Brackets and supports <strong>for</strong> wash basins and sinks<br />

77 IS:775 Sand-cast brass screw down bin taps and stop taps <strong>for</strong> water services Pillar taps<br />

78 IS:781 Automatic flushing cisterns <strong>for</strong> urinals<br />

79 IS:1795 Plastic water-closet seats and covers<br />

80 IS:2326 Copper alloy waste fittings <strong>for</strong> wash basins and sinks<br />

81 IS:2548 Plug cocks <strong>for</strong> water supply purpose<br />

68


82 IS:2963<br />

83 IS:3004<br />

84 IS:3311 Waste plug and its accessories <strong>for</strong> sinks and wash basins<br />

85 IS:4346 Washers <strong>for</strong> water taps <strong>for</strong> cold water services Copper alloy gate, globe and<br />

check valve <strong>for</strong> water works purpose<br />

86 IS:778<br />

87 IS-780: 1984 Sluice valves <strong>for</strong> water works purposes. (Small dia-50 mm to 300 mm size).<br />

88 IS-2906: 1984 - do - (Higher dia-350 mm to 1200 mm size).<br />

89 IS-13095: 1991 Butterfly valves <strong>for</strong> general purposes.<br />

90 IS-12992: 1993 Spring loaded safety relief valves.<br />

91 IS-5312: 1984 Swing check type reflux valves.<br />

92 IS-3042: 1965 Single faced sluice gate (200 mm – 1200 mm).<br />

93 IS-5312 (Part-I): 1984 Swing check type reflux (non-return) (single door) valves.<br />

94 IS-5312 (Part-II): 1986 -do- (Multi door pattern)<br />

95 IS-12820: 1989 Dimensional requirements <strong>for</strong> rubber gasket <strong>for</strong> mechanical joints & push on joints.<br />

96 IS-1726 Cast iron manhole covers and frames intended <strong>for</strong> use in drainage works.<br />

97 IS-1322: 1993 Bitumen felt <strong>for</strong> water proofing and damp proofing.<br />

98 SP-23 Hand book of concrete Mix Design.<br />

99 Concrete IS-456: 2000 Code of Practice <strong>for</strong> plain & rein<strong>for</strong>ced concrete (1st revision).<br />

100 IS-4926: 1973 Specification <strong>for</strong> ready mixed concrete. (first revision)<br />

101 IS:3370 - Part-I/1965 Code of Practice <strong>for</strong> concrete structures <strong>for</strong> the storage of Liquids-General<br />

requirements.<br />

102 IS-3370 - Part-II/1965 – do - - do – rein<strong>for</strong>ced concrete structures.<br />

103 IS-1786: 1985 Tor steel rein<strong>for</strong>cement.<br />

104 IS-2751: 1966 Welding of rein<strong>for</strong>cement.<br />

105 IS-2502: 1963 Bending & fixing of bars <strong>for</strong> concrete rein<strong>for</strong>cement.<br />

106 SP-34 Hand book of concrete Rein<strong>for</strong>cement and detailing.<br />

107 IS-9077: 1979 Corrosion protection of steel rein<strong>for</strong>cement in R.C.C. structure.<br />

108 Is-2911: 1979 (Part-I Section –2) Design & construction of bored cast in situ concrete piles.<br />

109 IS-800: 1984 Use of structural steel in general building construction.<br />

110 IS-816: 1991 Use of metal in welding <strong>for</strong> general construction in mild steel.<br />

111 IS-823 Procedures <strong>for</strong> manual are welding of mild steel.<br />

112 IS-4353 Submerged Arc Welding of Mild Steel and Low Alloy Steels.<br />

113 IS-6494: 1988 Water proofing of under-ground water reservoir and swimming pools.<br />

114 IS-3067: 1988 General design details and preparatory work <strong>for</strong> damp proofing and water proofing of<br />

building.<br />

115 IS-2750 Steel Scaffoldings.<br />

116 IS-4014 Code of Practice <strong>for</strong> Steel Tubular Scaffolding<br />

117 IRC-SP-63 Guideline <strong>for</strong> use of interlocking concrete block pavement.<br />

118 IS-2114 : 1984 Laying in situ tettazzo floor finish.<br />

119 IS-1443 : 1972 Cement concrete flooring tiles, laying and finishing of.<br />

120 IS-2571 : 1970 Laying in-situ cement concrete flooring.<br />

121 IS-1081 Code of Practice <strong>for</strong> Fixing and Glazing of Metal Doors, Windows and<br />

Ventilators.<br />

122 IS-6248: 1979 Specification <strong>for</strong> metal Rolling Shutter and Rolling Grill.<br />

69


123 IS-1868: 1983 Code of practice <strong>for</strong> Fabrication of Aluminum Door & Window<br />

124 IS-1661: 1972 Cement & Cement lime plaster finishes.<br />

125 IS-6278 Code of Practice <strong>for</strong> white washing and colour washing.<br />

126 IS-102 Ready mixed paint, brushing, red lead, non-setting, priming.<br />

127 IS-1477 Code of Practice <strong>for</strong> painting of ferrous metals in buildings.<br />

128 IS-2074 Ready mixed paint, red oxide zinc chrome priming.<br />

129 IS-2339 Aluminum paint <strong>for</strong> general purposes.<br />

130 IS-12288: 1998 Specification <strong>for</strong> use and laying of Ductile Iron Pipes.<br />

131 IS-3114 : 1994 Laying of C.I. Pipes.<br />

132 IS-783 : 1985 Laying of concrete pipe.<br />

133 IS:7634 Laying and P.V.C. Pipes<br />

134 IS-782:1978 Caulking Lead.<br />

135 IS-3950: 1979 Surface boxes <strong>for</strong> sluice valves.<br />

136 SP – 35 (S & P) Hand book on Water Supply & Sanitary works.<br />

137 IS-2685: 1971 Specification <strong>for</strong> selection, installation and maintenance of Sluice Valves.<br />

138 IS:1742 Code of practice <strong>for</strong> building drainage<br />

139 IS:2065 Code of practice <strong>for</strong> water supply in buildings<br />

140 IS 4353 Code of practice <strong>for</strong> welding<br />

141 IS7307, & IS 7310 Code of practice <strong>for</strong> Qualification standard <strong>for</strong> welding procedures, welding<br />

and welding operations<br />

142 IS 5878 Code of practice <strong>for</strong> Welding defects<br />

N.B.:For rest of the I.S.S. the Contractor should consult classified list of Indian standard, Civil<br />

Engineering Dept (CED) of latest version.<br />

2.0 APPROVAL OF MATERIALS<br />

Sample of materials in sufficiently large quantity <strong>with</strong> descriptive data thereof shall be furnished by the<br />

contractor to the Engineer-in-charge well be<strong>for</strong>e the collection of such materials and equipments so as to<br />

permit inspection, testing and approval. The sample shall be properly marked to show the name of the<br />

materials, name of manufacturer, place of origin and item <strong>for</strong> which it is to be used. After approval, the<br />

sample shall be available <strong>for</strong> inspection at all time.<br />

All materials including DI Pipes, C.I.D.F Pipes, Specials , Rubber Gasket , Nuts & Bolts etc. to be supplied<br />

by the contractor shall con<strong>for</strong>m to the requisite I.S. specification properly tested and duly certified. Those are<br />

to be approved by the Engineer-in-charge be<strong>for</strong>e use. Third party inspection of such materials has to be<br />

arranged by the agency and to be approved by the tender inviting authority.<br />

3.0 MATERIALS<br />

3.1 Stone Chips:<br />

These should be obtainable by the contractor from Pakur, well graded con<strong>for</strong>ming to the standard specifications<br />

of P.W.D. and approved by the Engineer-in-charge.<br />

3.2 Sand:<br />

Sand <strong>for</strong> construction purpose shall have to be collected either from Simlagar or river bed of<br />

Damodar/Mayurakshi/Kangsabati or Ajoy and should be coarse, cleaned, screened and washed & of quality<br />

con<strong>for</strong>ming to the standard specification of P.W.D/ this Directorate and also to be approved by the Engineerin-charge.<br />

3.3 Brick:<br />

70


Bricks shall be of first class quality, well burnt in kiln, sound hard , true to shape and of the standard<br />

dimensions, and to be got approved by the Engineer-in-charge be<strong>for</strong>e use.<br />

3.4 Plasticiser:<br />

Super-Plasticiser of SIKA / CICO make con<strong>for</strong>ming to IS: 2645-1975 & IS: 9103-1974 must be used.<br />

3.5 Bolts & Nuts:<br />

Make: GKW / TATA or Equivalent<br />

Bolts and nuts con<strong>for</strong>m to the requirements of turned grade bolts of symbol 4D, 5D and 53 specifications - IS:<br />

1363 (latest edition) – Technical supply conditions <strong>for</strong> threaded fastener. The screw thread shall con<strong>for</strong>m to<br />

coarse series – medium class referred in IS: 1367 (latest edition)/.<br />

4.0 MAT CONCRETE OR FOUNDATION CONCRETE<br />

100 mm thick concrete of proportion 1:2:4 <strong>with</strong> 20 mm downgraded stone chips (Chandil / Pakur variety) shall<br />

be provided below all the foundations and structures over a layer of Brick Flat soling as approved by<br />

Engineer-in-charge.<br />

5.0 EXCAVATIONS AND FILLING<br />

5.1 Excavations necessary <strong>for</strong> the works may require digging and penetration through any soil or strata, removal<br />

of stems and roots of tress, breaking and removal of old structures, dewatering from all sources e.g. rain,<br />

seepage, leakage, subsoil water etc. protecting the trench and well pit and adjoining structures and service<br />

lines, by timbering, shoring, propping, sheet piling etc. Excavation shall be done only upto the required level<br />

and all extra depth of excavation, if made, has to be filled in <strong>with</strong> materials and manners approved by the<br />

Engineer-in-charge.<br />

5.2 All excavated materials must be carefully deposited in spoil bank allowing the access to workers and plant<br />

machinery. The toe of the spoil bank shall be set at sufficient distance and should not be less than 3 to 4 times<br />

the depth of excavation. If so ordered by the Engineer-in-charge, the excavated materials have to be carried<br />

away and placed <strong>with</strong>in a lead of 75 mtr. Such quantity of extra materials as may be required, shall be brought<br />

back to back-fill the trench <strong>with</strong> proper consolidation in layers of 150 mm thickness, properly rammed.<br />

Flooding of trench pit during back filling may be resorted to if so directed by the Engineer-in-charge.<br />

5.3 Contractor must make good at his own cost, all damages or settlements sustained by any structure founded on<br />

the trench or adjacent to the trench.<br />

5.4 All excavated materials will remain the property of the Government and the contractor shall be responsible <strong>for</strong><br />

their custody till the completion of the works or taking over by the Department.<br />

5.5 Fill below the pipe trenches, inside building below the floor etc. shall have to be done <strong>with</strong> sand free from any<br />

<strong>for</strong>eign material.<br />

5.6 In case of over-excavation below the stipulated depth the space between the foundation bottom and overexcavated<br />

area shall be filled up <strong>with</strong> silver sand consolidated by watering and vibrating. Where such consolidation<br />

is not achievable, the depth of excavation shall be filled <strong>with</strong> plain cement concrete of mix 1:4:8. The cost in<br />

both the cases shall have to be borne by the Contractor.<br />

5.7 All materials obtained from any excavation required to be carried out under this contract will be utilized by<br />

the contractor <strong>for</strong> spreading over the land uni<strong>for</strong>mly at his cost.<br />

6.0 PROTECTION WORKS:-<br />

6.1 Damp proofing work:<br />

Unless otherwise specified, damp proof course shall be 25 mm thick cement concrete <strong>with</strong> stone chips (Prop.<br />

1:2:4) <strong>with</strong> 3% “CICO” or specified percentage of “Rola / Sica” or similar approved water proofing compound<br />

by weight of cement. The proportioning, mixing, laying etc. shall be done in con<strong>for</strong>mity <strong>with</strong> relevant I.S.<br />

71


specification. The damp proof course shall be used <strong>for</strong> all brick walls of the buildings. No damp-proof course<br />

shall be laid under doors.<br />

6.2 Anti-termite Treatment:-<br />

Anti-termite treatment as per relevant IS recommendation shall be carried out <strong>for</strong> all the building structure like<br />

DPS, Laboratory cum control building <strong>with</strong>in STP, Substation etc prior to construction and post construction.<br />

7.0 BRICK MASONRY<br />

Brick work shall be laid in English bond <strong>with</strong> mortar in proportion 4:1 unless otherwise specified. Brick work<br />

shall always be carried up regularly in plumb and true to plan and lines, in level along the entire length. No<br />

brickwork shall be carried up more than one scaffolding height of 1.5 meter in the stage. Bricks are to be well<br />

soaked <strong>with</strong> water be<strong>for</strong>e use and brickwork shall be kept clean and joints raked out <strong>for</strong> subsequent pointing<br />

or plastering.<br />

Brick work in foundation and superstructure not in contact <strong>with</strong> water shall be provided <strong>with</strong> 19 mm and 12<br />

mm thick plaster to rough and fair faces respectively <strong>with</strong> cement sand mortar in 1:6 proportion. Brick work in<br />

contact <strong>with</strong> water shall be in cement sand mortar in 1:4 proportion 19 mm thick plaster <strong>with</strong> water proofing<br />

compound as per specification including 1.5 mm thick cement punning in the water contact face. 12 mm thick<br />

plastering in 1:6 cement sand mortar in the outer face shall be provided. “Cement Brick” will mean brick work<br />

in cement sand mortar in proportion as mentioned above.<br />

8.0 R.C.C. WORKS<br />

The R.C.C. works are generally to be conducted by R.M.C. and shall be as per specification of I.S. codes, and<br />

stated elsewhere in the specification and schedule of Tender <strong>Document</strong>. In a few cases as mentioned in<br />

relevant Schedule of Work R.C.C. works <strong>with</strong> nominal mix M-15 & or M-20 Concrete shall be used as per<br />

specification of relevant I.S. Code.<br />

For major R.C.C works (Where concrete is specified by strength) the mix proportion should not be leaner than<br />

1:2:4 so as to give ultimate crushing strength not less than 20 N/mm 2 at 28 days cured under field condition.<br />

The mix <strong>for</strong> the concrete is to be so adopted and the slump is to be so allowed as to give specified strength<br />

and proper workability at the existing site conditions. Contractor shall remain fully responsible <strong>for</strong> producing<br />

concrete of specified strength in the actual job and there<strong>for</strong>e cast at his own cost test specimens of 15 cm.<br />

cubes as already specified during work and cure the same in similar way as <strong>for</strong> laid concrete <strong>for</strong> being tested<br />

<strong>for</strong> strength.<br />

Each set of test specimen shall be taken to cover the quantity of concrete laid on the job during the period<br />

from the time of taking the previous set of specimens and the quantity will be estimated by the Engineer-incharge<br />

from records maintained by him.<br />

The interior surface of the mould and base plate shall be lightly oiled be<strong>for</strong>e the concrete is placed in the<br />

mould. When the job concrete is compacted by ordinary methods, the test specimen shall be molded by<br />

placing the fresh concrete in the mould in three layers, each approximately one-third of the volume of the<br />

mould. In placing each scoopful of concrete, the scoop shall be moved around the top edge of the mould as<br />

the concrete there slides from it in order to ensure a uni<strong>for</strong>m distribution of concrete <strong>with</strong>in the mould. Each<br />

layer shall be rodded, 25 times <strong>with</strong> a 16-mm. rod, 60 cm in length bullet pointed at the lower end. The<br />

strokes shall be distributed in a uni<strong>for</strong>m manner over the cross-section of the mould and shall penetrate into<br />

the underlying layer. The bottom layer shall be rodded, throughout its depth. After the top layer has been<br />

rodded, the surface of the concrete shall be struck off <strong>with</strong> at trowel and covered <strong>with</strong> a glass plate at least 6.5<br />

mm. thick or a machined metal plate. The whole process of molding shall be carried out in such a manner as<br />

to preclude the alteration of the water-cement ratio of the concrete, by loss of water either by leakage from the<br />

bottom of overflow <strong>for</strong>m the top of the mould.<br />

When the job concrete is placed by vibration and consistency of the concrete is such that the test-specimens<br />

cannot be properly molded by hand rodding as described above, the specimens shall be vibrated to give a<br />

compaction corresponding to that of the job concrete. The fresh concrete shall be placed in the mould in two<br />

layers each approximately half the volume of the mould. In placing each scoop full of concrete the scoop shall<br />

72


e moved around the top edge of the mould as the concrete there slides from it in order to ensure a<br />

symmetrical distribution of concrete <strong>with</strong>in the mould. Either internal or external vibrator may be used. The<br />

vibration of each layer shall not be continued longer than is necessary to secure the required density. Internal<br />

vibrators shall be of appropriate size and shall penetrate only the layer to be compacted. In compacting the<br />

first layer, the vibrators shall not be allowed to rest on the bottom of the mould. In placing the concrete <strong>for</strong> the<br />

to player, the mould shall be filled to the extent that there will be no mortar loss during vibration. After<br />

vibrating the second layer, enough concrete shall be added to bring the level above the top of the mould. The<br />

surface of the concretes shall then be struck off <strong>with</strong> a trowel and covered <strong>with</strong> a glass or steel plate as<br />

specified above. The whole process of moulding shall be carried out in such a manner as to preclude the<br />

alternation of water-cement ratio of the concrete by loss of water either by leakage from the bottom or<br />

overflow from the top of the mould.<br />

After curing, the specimen properly wrapped shall be made over to the Engineer-in-charge or his<br />

representative who will arrange to have them tested at 28 days from the date of casting. If there by any delay<br />

<strong>for</strong> any reason whatsoever the result of the test shall nevertheless be valid and will be applicable as per rules<br />

in case <strong>for</strong> all test specimens whatsoever. The contractor shall be responsible <strong>for</strong> proper packing of the<br />

specimens at his own cost, <strong>for</strong> safe and convenient transport of the same from the site to the testing laboratory<br />

.The cost of testing the test moulds and other charges including cost of carriage of the test moulds from the<br />

work site to the particular laboratory (both ways) and other incidental charges in this connection will have to<br />

be borne by the contractor.<br />

In case of concrete showing, on the result of the cube tests, strength less than that as specified above in the<br />

“Acceptance Criteria” but has s strength greater than that mentioned in the said “Acceptance Criteria” concrete may,<br />

at the discretion of the Engineer-in-charge, be accepted as being structurally adequate <strong>with</strong>out further testing.<br />

If the concrete is deemed not to comply the “Acceptance Criteria”, the structural adequacy of the parts<br />

affected may by investigated as per provision of Clause 17.4 and/or clause 17.6 of I.S.456-2000 as the case<br />

may be be<strong>for</strong>e rejection on the application of the Contractor <strong>with</strong> the undertaking to bear the cost of such<br />

tests.<br />

If the strength of the concrete is such that it satisfies provisions made in sub clause 17.4.3 and /or sub-clause<br />

17.6.3. of IS: 456-2000, concrete in that member represented by such tests shall be considered acceptable but<br />

the Engineer-in-Charge shall have the full power to fix the rate of deduction @ 100/- per cubic meter.<br />

In case the test results do not satisfy the relevant requirement of the preceding paragraph, the Volume of<br />

concrete so deficient shall be deemed to be unacceptable and shall be removed <strong>for</strong>m the structure and replaced<br />

by fresh concrete of specified strength and the contractor shall in that case have to carry out the instruction of<br />

the Engineer-in-Charge irrespective of the amount of loss, inconvenience and difficulties involved.<br />

The contractor shall remain liable to act / to carry out instruction under the provision of this clause<br />

not<strong>with</strong>standing issuing by the Engineer-in-Charge of any certificates or the passing of any bills or accounts.<br />

8.1 Mixing and Laying:<br />

All concrete shall be mixed in Mechanical mixer and all concrete work in foundation; superstructure etc. shall<br />

be properly vibrated <strong>with</strong> the help of mechanical vibrator as per direction of Engineer-in-charge. Concrete<br />

Mixer Machine, Vibrator and all other tools and plants as required shall have to be arranged by the contractor<br />

at his own cost.<br />

8.2 Mortars and Concrete:<br />

Contractors are particularly warned against the use of inferior materials (to that specified or approved) at site<br />

or use of incorrect proportion of different materials in the make up of concrete or mortar. Detection of any<br />

such practice will lead to rejection of all such works and imposition of penalty. Engineer-in-charge has the<br />

right to reject any mortar or concrete, which does not con<strong>for</strong>m to the specification. Cube tests <strong>for</strong> concrete are<br />

to be done as per I.S. code at the cost of the contractor.<br />

73


The water cement ratio is to be determined by proper slump test or as per provision of relevant I.S. In case of<br />

slump test the slump cones 30 cm. high 20 cm. dia. at bottom and 10 cm. at top are to be kept at site at the<br />

cost of the contractor.<br />

8.3 Finishing:<br />

If the surface of the concrete is found uneven or spongy in the appearance, the contractor will have to rectify<br />

or reconstruct at his own cost.<br />

All R.C.C. work in wall, column, beam, roof, foundation etc., not <strong>for</strong>ming part of water retaining structure<br />

shall be done in M20 grade concrete as per I.S.: 456 <strong>with</strong> cement content not less than 300 Kg/cu.m. of<br />

concrete. Plasticizer @ 0.2% by weight of cement shall be used. The water cement ratio should not exceed<br />

0.45.<br />

All R.C.C. work <strong>for</strong>ming part of water retaining structure shall be done in M25 grade of concrete as per IS:<br />

456 ;<strong>with</strong> cement content not less than 350 Kg/cu.m. of concrete. Plasticizer @ 0.2% by weight of cement<br />

shall be used. The water cement ratio should not exceed 0.50.The concrete shall be cured as per I.S.: 456<br />

8.4 Cement and Aggregate:<br />

8.4.1 Cement: The cement shall be OPC, Slag or Pozolana con<strong>for</strong>m to relevant I.S. grade not less 43. Selection of<br />

type and grade of cement shall be approved by the EIC. Cement tests shall have to be carried out at<br />

contractor’s expenses as and when directed. The contractor shall make arrangement <strong>with</strong> necessary equipment<br />

to carry out crushing strength of 150 cm. Cube concrete block <strong>for</strong> 7 day’s & 28 day’s of proper curing.<br />

Testing procedure, sample size shall be in accordance <strong>with</strong> relevant I.S.<br />

8.4.2 Aggregate:<br />

The fine and course aggregates shall con<strong>for</strong>m to relevant I.S. Stone chips and sand <strong>for</strong> construction work shall<br />

have to be supplied as per clause 3.0 of this specification.<br />

Concrete shall be sampled, analysed tested in accordance <strong>with</strong> I.S. as furnished in the list.<br />

8.5 Joints in Concrete Structure:<br />

Type of joints, spacing of joints, use of all jointing materials and other features pertaining to the provision of<br />

movement joints in liquid-retaining structures shall be as per relevant I.S. Codes.<br />

8.6 Rein<strong>for</strong>cement of R.C.C. Works:<br />

The M.S. work should include cutting to sizes, bending, hooking and fabricating including the supply of<br />

B.W.G. wire, and all other works according to specification, drawing or otherwise.<br />

The M.S. rein<strong>for</strong>cement rods if to be procured by the tenderer shall be HYSD bars (Fe-415) as per relevant IS<br />

Code. The contractor shall intimate the department regarding the quantity of steel to be procured by him in the<br />

works and the same may be supplied at the agreed rate specified in General terms and conditions.<br />

8.7 Clear Cover:<br />

The clear cover to rein<strong>for</strong>cement shall be maintained as per IS-456-2000 based on the actual exposure<br />

conditions which shall not be less than the followings unless otherwise specified in drawing.<br />

a) Water retaining face 30 mm<br />

b) Other than water retaining face 25 mm <strong>for</strong> beam and 15 mm <strong>for</strong> roof and floor<br />

c) Column, Pedestal Foundation and Pile 50 mm<br />

8.8 Lap Length:<br />

The Lap length of rein<strong>for</strong>cement shall be provided as given below; unless otherwise specified in drawing.<br />

Compression members like column, struts @ 40 times the dia of bar. Tension members like beam, slab,<br />

wall etc @ 50 times the dia of bar.<br />

Following Development length/Anchorage length shall be provided.<br />

74


8.9 Bar Bending Schedule:<br />

Concrete Grade M 15 M 20 M 25<br />

Development Length 68 D 51 D 46 D<br />

Anchorage As per I.S. – 456-2000<br />

The rein<strong>for</strong>cement work will include cutting to sizes, bending, hooking binding <strong>with</strong> 14 to 18 S.W.G. soft<br />

pliable wire etc. as per P.W.D. schedule. The work shall also be inclusive of stirrups, distributors, binders etc.<br />

The contractor shall prepare his “Bar Bending Schedule” <strong>for</strong> the entire construction work in phases be<strong>for</strong>e<br />

starting the work and shall submit it to the EIC <strong>for</strong> his approval.<br />

Cutting of M.S. rods in an unplanned way will not be allowed and <strong>for</strong> that if any material is found to be wasted<br />

or have to be used in excess due to the fault of the contractor , no payment shall be made on this score and the<br />

cost of such excess material shall be realised from the contractor’s bill at penal rate as specified elsewhere of<br />

this tender document<br />

The item of M.S work should include the cost of rein<strong>for</strong>cement, cutting to sizes, bending and fabricating<br />

including the supply of R.W.G wire, bolts and nuts etc. and all other work according to specifications,<br />

drawing or otherwise. Cut pieces of steel materials less than 1 mtr cannot be used as a main bar.<br />

8.10 Form Work<br />

The <strong>for</strong>m work shall con<strong>for</strong>m to relevant I.S. Code of practice Shuttering in <strong>for</strong>m work shall be either made of<br />

steel or ply board. Surface of shuttering in contact <strong>with</strong> concrete shall be made smooth & at joints rendered<br />

smooth. In every case the joints of the shuttering are to be such as to prevent the loss of liquid from the<br />

concrete. All shuttering <strong>for</strong>m work must be adequately stayed and braced to the satisfaction of the Engineerin-charge<br />

<strong>for</strong> properly supporting the concrete during the period of hardening. All <strong>for</strong>m works shall be<br />

removed <strong>with</strong>out shock or vibration. Be<strong>for</strong>e the <strong>for</strong>m work is stripped, concrete surface shall be exposed when<br />

necessary in order to ascertain that the concrete has set and hardened sufficiently.<br />

8.11 Staging & scaffolding:<br />

Whenever necessary staging and scaffolding must be provided .All shuttering and framing must adequately be<br />

stayed and braced to the satisfaction of the Engineer-in-charge <strong>for</strong> properly supporting the concrete during the<br />

period of hardening. It shall be so constructed that it may <strong>with</strong>stand the jerk and shock of vibration of<br />

concrete.<br />

Scaffolding must be strong and rigid stiffened <strong>with</strong> necessary cross bracings and proper deck at every stage<br />

where casting work is in progress to prevent any injuries to persons and to facilitate inspection, supervision<br />

and taking measurement at any time.<br />

The hire and labour charges <strong>for</strong> staging, scaffolding, plat<strong>for</strong>m etc. as provided in the schedule of works is <strong>for</strong> the<br />

entire construction work including shell wall of reservoir etc till completion of work and removing the same as<br />

per direction and instruction of EIC.<br />

8.12 Curing and Finishing:<br />

The joint shall be cleaned off the gray cement slurry <strong>with</strong> wire/coir brush or trowel to a depth of 2 mm to 3<br />

mm and all dust and loose mortar removed. Joints shall then be flush pointed <strong>with</strong> white cement . The floor<br />

shall then be kept wet <strong>for</strong> 7 days. After curing the surface shall be washed and finished clean. The finished<br />

floor and wall shall not sound hollow when tapped <strong>with</strong> a wooden mallet.<br />

8.13 Verticality of structure:<br />

The vertical members should be perfectly vertical and no deviation in x – axis and /or y- axis is admissible. The<br />

Contractor should take adequate precautionary measures to ensure that the structure is constructed true to<br />

plumb. Similarly all horizontal members of the structures should be truly horizontal.<br />

9.0 TESTING OF CONCRETE:<br />

75


9.1 Frequency of sampling:<br />

9.1.1 Sampling Procedure – A random sampling procedure shall be adopted to ensure that each concrete batch<br />

shall have a reasonable chance of being tested i.e. the sampling should be spread over the entire period of<br />

concreting and cover all mixing units.<br />

9.1.2 Frequency – The minimum frequency of sampling of concrete of each grade shall be in accordance <strong>with</strong> the<br />

following;<br />

Quantity of Concrete in the Work, m 3<br />

Number of Samples<br />

1-5 1<br />

6-15 2<br />

16-30 3<br />

31-50 4<br />

51 and above 4 plus one additional sample <strong>for</strong> each additional 50 m 3 or<br />

part thereof<br />

9.1.3 Test Specimen- Three test specimens shall be made from each sample <strong>for</strong> testing at 28 days Additional cubes<br />

may be required <strong>for</strong> various purposes such as to determine the strength of concrete at 7 days or at the time of<br />

striking the <strong>for</strong>m work or to determine the duration of curing , or to check the testing error. Additional cubes<br />

may also be required <strong>for</strong> testing cubes cured by accelerated methods as described in IS: 9013-1978. The<br />

specimen shall be tested as described in IS: 516-1959.<br />

9.2 Test Strength of Sample:<br />

The test strength of the sample shall be the average of the strength of three specimens. The individual<br />

variation should not be more than ±15 percent of the average.<br />

Concrete shall be handled from the place of mixing to the place of final deposit as rapidly as practicable by<br />

methods which will prevent the segregation or loss of the ingredients .It shall be deposited as nearly as<br />

practicable in the final position to avoid re-handling of flowing. Unless specially permitted by the Engineer-<br />

In-Charge, concrete shall not be dropped freely from a height of more than 2 meters.<br />

Be<strong>for</strong>e placing the concrete, the moulds shall be cleaned of shavings, pieces of wood or other rubbish. When<br />

placing the concrete the finer materials must be carefully worked against the moulds so that the faces of<br />

concrete shall be left perfectly smooth and free from honeycombing upon <strong>with</strong>drawal of the moulds. Any<br />

defect in this respect must be dealt <strong>with</strong> by the contractor as directed by the Engineer-in-charge <strong>with</strong>out any<br />

extra charges there<strong>for</strong>e.<br />

Depositing concrete under water shall not be allowed <strong>with</strong>out specific permission <strong>for</strong>m the Engineer-incharge.<br />

The method of concreting to be adopted in such cases shall have to be previously approved by him.<br />

During placing and also immediately after deposition, the concrete shall be thoroughly compacted by<br />

ramming, spearing etc. until it has been made to penetrate and fill all the spaces between and around the steel<br />

rods, around embedded fixtures, and into the corners of <strong>for</strong>mwork in such a manner as to ensure a solid mass<br />

entirely free from voids. If so directed by the Engineer-in-charge, in addition to usual ramming, spearing etc.<br />

sufficient number and suitable type of vibrators may have to be used on important jobs to enable working <strong>with</strong><br />

a comparatively low water-cement ratio and ensure the maximum possible degree of compaction and<br />

homogeneity. It is imperative that the work should be done quickly as well as efficiently and adequate number<br />

of hands must there<strong>for</strong>e be employed to ensure this.<br />

Concrete shall be placed and compacted in its final position be<strong>for</strong>e setting has commenced and shall not<br />

subsequently be disturbed.<br />

Concreting shall be carried out continuously up to construction joints the position and arrangement of which<br />

shall be predetermined by the Engineer-in-charge or his representative. Any rest, pauses, such as <strong>for</strong> meal,<br />

shall also be subject to his approval. All concreting work should be so programmed as not to necessitate work<br />

at night. if <strong>for</strong> any reasons this becomes imperative, the contractor shall obtain previous permission of the<br />

Engineer-in-charge or his representative and made proper lighting arrangements to his satisfaction.<br />

76


9.3 Protections And Curing<br />

The contractor shall adequately protect freshly laid concrete, about1 to 2 hours after its laying from too rapid<br />

drying due to sunshine, drying due to sunshine, drying winds etc. and also <strong>for</strong>m rains or surface water and<br />

shocks About 24 hours after laying of concrete, the surface shall be cured by flooding <strong>with</strong> water of minimum<br />

25 mm. depth or by covering <strong>with</strong> wet absorbent materials viz. layer of sacks, canvas, Hessian or similar<br />

materials and shall be kept constant wet <strong>for</strong> a period of not less then 10 (ten) days from the date of placing the<br />

concrete . The curing shall be done <strong>for</strong> a minimum period of 10 days. Over the foundation concrete the<br />

masonry work may be started after 48 hours of its laying, but the curing of cement concrete shall be<br />

continued shall be continued along <strong>with</strong> the masonry work <strong>for</strong> a minimum period of 10 days.<br />

In case of cement concrete used as sub-grade <strong>for</strong> flooring, the flooring may be commenced <strong>with</strong>in 48 hours of<br />

the laying of sub-grade. In case it is not possible to do so due to exigencies of work, the sub-grade shall be<br />

roughened <strong>with</strong> a steel wire brush <strong>with</strong>out disturbing the concrete, wetted and neat cement slurry at the rate of<br />

1.75 Kg of cement per square meter applied to the base be<strong>for</strong>e laying floor and full rate of APS/mosaic<br />

flooring will be paid <strong>with</strong> the specific orders of the Engineer-in-charge. The curing to be continued along <strong>with</strong><br />

the top layer of flooring <strong>for</strong> a minimum period of 10 days.<br />

10.0 CONSTRUCTION JOINTS<br />

All joints in slabs and other horizontal members are to be <strong>for</strong>med by inserting vertical boards against which<br />

the concrete deposited can be properly rammed. The Engineer-in-Charge or his representative will indicate the<br />

positions where such joints may be made.<br />

In the case of horizontal joints any excess mortar or laitance shall be removed from the surface after the<br />

concrete is deposited and be<strong>for</strong>e it has set.<br />

When the work has to be commenced on a surface which has hardened, such surface shall be well roughened and all<br />

laitance removed ; the surface shall then be swept clean, thoroughly wetted and covered <strong>with</strong> a thin layer of mortar<br />

composed of equal volumes of cement and such works shall be deemed to be covered by the rates <strong>for</strong> concrete.<br />

11.0 PLASTERING PAINTING & SURFACE TREATMENT<br />

11.1 Cement:<br />

It should be fresh Portland/Slag cement (not less than grade 43) as specified in relevant I.S. Different Types of<br />

cement shall not be mixed together. In case more than one type of cement is used, a record shall be kept<br />

showing the location and the types of cement used.<br />

11.2 Sand:<br />

It shall be hard, durable, clean and free from adherent coatings and organic matter and shall not contain the<br />

amount of clay, silt and fine dust more than 5% by mass. It shall not also contain any harmful impurities such<br />

as iron pyrites, alkalis, salts, coal or other organic impurities, mica, shale or similar laminated materials, soft<br />

fragments, sea shale in such a <strong>for</strong>m or in such quantities as to affect adversely the hardening, strength or<br />

durability of the mortar. The grading of sand <strong>for</strong> use in Plaster shall be con<strong>for</strong>ming to I.S.: 1542-1977.<br />

In case the sand is damp at the time of preparation of mortar, its quantity shall be increased suitably to allow<br />

<strong>for</strong> bulk age in con<strong>for</strong>ming to I.S. 2386 (Part-III) 1963.<br />

11.3 Preparation of Mortar:<br />

The materials shall be at first mixed dry thoroughly in suitable proportion as stated in the schedule till uni<strong>for</strong>m<br />

colour reaches and then shall be mixed wet adding water slowly and gradually <strong>for</strong> at least four times to give a<br />

uni<strong>for</strong>m paste. The mix as prepared shall be used <strong>with</strong>in 30 minutes. Wherever plasticizer is required to use,<br />

the quantity of water shall be reduced in such a proportion that required consistency is achieved.<br />

11.4 Preparation of Surface:<br />

The surface of wall shall be brushed, cleaned, washed, watered and wetted <strong>with</strong> water be<strong>for</strong>e plastering. All<br />

the projections extending more than 13 mm from the general face of the masonry should be knocked off so as<br />

77


to maintain thinner plaster layer. All the joints in masonry should be raked <strong>for</strong> a depth of about 20 mm. In case<br />

of plastering on concrete surfaces, the face should be roughened by chipping of about 5 mm. Oily, greasy and<br />

efflorescence spots should be removed either by brushing, scrapping or both.<br />

11.5 Laying:<br />

In order to maintain uni<strong>for</strong>m thickness of the plaster, the screeds are <strong>for</strong>med on the prepared wall surface be<strong>for</strong>e<br />

actual plastering is started. Patches of plaster 15 cm x 15 cm are first of all applied at an interval of about 2 m<br />

both horizontally and vertically over the surface. The two dots lying in vertical strips of mortar are <strong>for</strong>med<br />

between dots. Then the plastering shall be started from the top and worked towards the bottom. The whole<br />

surface shall be made flush between the screeds <strong>with</strong> wooden straight edges and rubbed thoroughly <strong>with</strong> wooden<br />

floats. Rounding of corners if desired by the Engineer-in-charge shall be carried out in one operation.<br />

11.6 Curing:<br />

The plastered surface shall be kept wet by sprinkling water after 12 hours <strong>for</strong> at least 7 days and shall be<br />

protected from rain or sun.<br />

11.7 Thickness:<br />

Unless otherwise specified or desired by E.I.C. the thickness of plaster shall be as follows:-<br />

a) Plumbed Surface of Brick work - 15 mm<br />

b) Rough Surface of brickwork - 20 mm<br />

c) Vertical concrete surface - 10 mm<br />

d) Ceiling of Roof, Chajja etc. -<br />

10 mm Cement Pointing to Exposed Brick<br />

Where shown on the approved drawings or specified in schedule of work, exposed brick faces shall be cement<br />

ruled pointed. The mortar shall be raked out of the joints to a depth of 6 mm. The dust shall be brushed out of<br />

the joints.<br />

78


DETAILED TECHNICAL SPECIFICATION<br />

FOR CIVIL &<br />

MECHANICAL/ELECTRICALWORKS<br />

ANNEXURE-E<br />

A. SUPPLY & LAYING OF R.C.C. NP-3 & STONEWARE SEWERS<br />

1.0 SPECIFICATION FOR THE WORK<br />

1.1 The specification written below will <strong>for</strong>m a part of the Tender <strong>Document</strong>.<br />

1.2 The work in general shall be carried out according to the specifications laid down here under and all other<br />

related specification shown elsewhere in this tender document and relevant I.SS.<br />

2.0 GENERAL METHODS OF WORK<br />

2.1 The works of sewerage shall commence from the peripheral end to lifting station point unless otherwise directed by<br />

the Engineer-in-Charge. The work shall be carried out in such a manner and phase / section wise so as to cause least<br />

possible inconvenience to the people in the locality and the general public / on-going works. The contractor shall<br />

provide and ensure adequate facilities <strong>for</strong> the movement and diversion of the pedestrians and other traffic using the<br />

road to be disturbed by the work during the execution of the work as per direction of the Engineer-in-Charge. Unless<br />

the work in a section has sufficiently advanced, the contractor shall not be allowed to take up works in a new section.<br />

Once the laying / construction of conduits in a section is completed and approved by the Engineer-in-Charge, the<br />

trench should be filled up immediately and the temporarily restoration of the disturbed road shall be carried out<br />

expeditiously.<br />

2.2 When the work in a section is taken up, the contractor shall erect temporary barricades not less than 1.2m high on<br />

either side of the trench along the trench line. The barricades shall be made of stout salbullahs or Encalyptusbullahs<br />

of not less than 125mm dia at the narrowest section driven into the ground at spacing not more than 3m and the<br />

runners shall be of timber planks in three rows of size not less than 150mm. The Engineer-in-Charge shall have the<br />

authority to direct the contractor to provide barricades made of G.C.I. sheet depending upon the site condition and<br />

cost <strong>for</strong> erection of G.C.I. sheet shall be paid separately. Night lanterns shall be provided along the barricades at a<br />

space of 6m apart. The cost <strong>for</strong> erection of barricades and provision of night lanterns is deemed to be included in the<br />

overall rate of works and shall not be paid separately.<br />

2.3 Engineer-in-Charge shall have the power to direct the contractor to take up any section of works in preference<br />

to another and to limit the extent of any excavation to be made at one time and the contractor shall comply<br />

<strong>with</strong> the same and expedite the completion of any such particular section / component of work as per direction<br />

of the Engineer-in-Charge.<br />

2.4 Any excavation made below the level or grade as indicated on the plants should be refilled to specified level or grade at<br />

the contractor’s expense <strong>with</strong> sand or cement concrete (1:4:8) <strong>with</strong> 20 mm down jhama khoa aggregate as may be<br />

directed by the Engineer-in-Charge and to his satisfaction. With progress of excavation, if any pipe, conduit, electric<br />

cable, telephone cable or other underground structure already laid, is encountered, digging by general equipment shall be<br />

discontinued and the excavation shall be done <strong>with</strong> the help of hand tools by special equipment <strong>for</strong> such excavation, <strong>for</strong><br />

which, no extra payment will be made. In all such cases the contractor shall intimate the Engineer-in-Charge explaining<br />

the facts <strong>with</strong>out ay delay and seek instructions from the Engineer-in-Charge.<br />

2.5 Removal of surplus spoils:<br />

The contractor, shall make arrangement <strong>for</strong> removal of surplus spoils from the site, as the excavation<br />

proceeds, and shall ensure daily removal so that no undue excess quantity of spoil is stacked at the work site.<br />

Surplus spoils need to be removal <strong>with</strong>in the projects area as per direction of the Engineer-in-Charge.<br />

2.6 Sand filling:<br />

79


All street level sewer trenches shall be filled up by silver sand. If the excavated materials are considered<br />

unsatisfactory <strong>for</strong> filling in trenches <strong>for</strong> other sewers, sand filling should be done as per direction and upto the<br />

full satisfaction of the Engineer-in-Charge. The sand should be of local variety and free from clay / clayey<br />

materials. Filling <strong>with</strong> sand should be done in layer of 150 mm, each layer being thoroughly saturated <strong>with</strong><br />

water and compacted <strong>with</strong> rammer. All such costs compaction shall be borne by the contractor.<br />

3.0 PROTECTION OF UNDERGROUND UTILITY LINES ALREADY LAID<br />

3.1 The contractor, at his own cost, shall properly provide <strong>for</strong> sling, support and effectively protect all such services e.g.<br />

water mains, service pipes, gully pits, construction pipes, house drains, electric, telephone, and telegraph cables,<br />

including their adjuncts and appurtenances falling <strong>with</strong>in or outside the trench as likely to be exposed, disturbed or<br />

damaged during execution of the work or in consequence thereof, in such a manner and <strong>with</strong> such materials as are<br />

required or specified by the concerned public utility agencies and as per instruction of the Engineer-in-Charge and<br />

hold them in proper position <strong>with</strong>out any damage being caused to them during execution of the work or in<br />

consequence thereof and shall bear the expense of pipes, gully pit construction pipes, house drains, electric,<br />

telephone, and telegraph cables or any other underground structure services falling <strong>with</strong>in or outside the trench which<br />

may be found to have been disturbed or damaged due to his (contractor) faulty, defective and careless workmanship<br />

etc. The decision of the Engineer-in-Charge in this respect shall be binding and final and all cost in rebuilding of<br />

repairing of such damaged services or structure as a<strong>for</strong>esaid, shall be deducted from the contractor’s bills.<br />

The <strong>for</strong>e going will not absolve the contractor of his responsibility in the matter. The contractor should include in<br />

his cost of works to be done in property aligning, supporting and adequately protecting of all underground<br />

services, structure and utilities. If the Engineer-in-Charge thinks it necessary to put permanent supports under<br />

water mains, cables etc. or any other utility services he will order the contractor to do so and the work will be paid<br />

separately.<br />

3.2 Materials obtained from dismantling of any structures or parts thereof or picked up road materials or kerb or<br />

channel stone etc. taken out shall remain the property of the Govt. The contractor shall sort out and stack all<br />

serviceable materials near the site of works as per instruction of the Engineer-in-Charge. He shall also dispose<br />

of all unserviceable materials etc. as per instruction of the Engineer-in-Charge or his representative. The<br />

contractor shall remain the custodian of such dismantled materials till those are handed over to the Engineerin-Charge<br />

or his representative. No additional payment or compensation will be admissible.<br />

4.0 CONSTRUCTION OF BLOCKAGES WITHIN THE CONDUITS<br />

4.1 The contractor shall not construct any masonry wall / barricade inside the conduit <strong>for</strong> segregating the works<br />

previously done and / or prevention of ingress of water either from the completed portion of the conduits or<br />

from adjacent areas. Such temporary blocks if necessary, shall be provided by adopting other suitable methods<br />

as may be directed by the Engineer-in-Charge, which shall have to be removal / dismantled early after<br />

completion of the relevant section of the work. No extra payment will be made in this regard.<br />

5.0 DEWATERING<br />

5.1 The contractor shall provide, install and operate all the necessary pumping machinery, piping appliances and<br />

equipments and supply fuel, lubricants etc. to keep trench reasonably free from water during execution. He<br />

should have sufficient equipments and machinery in good working condition to meet all situations and shall<br />

make available at all times competent mechanics / operation. Water should be disposed off in such a manner as<br />

will not cause any injury to public or private property, nor be a nuisance or menace to the public or any other public<br />

utilities. The contractor shall make all arrangements <strong>for</strong> dewatering to keep the trench reasonably free from water<br />

from all sources i.e. either due to seepage or percolation from sides or bottom of the trench or rain water or due to<br />

leakage / breakage in the existing drains / sewer, water main / pipes or connections there to whether outside or inside<br />

of the trench. The trench will also have to be kept reasonably free from water during execution of all stages of work,<br />

e.g. excavation soling, foundation concrete, pipe laying and jointing, testing, brick work, plastering etc. No other<br />

consideration shall be made <strong>for</strong> any extra payment <strong>for</strong> dewatering at any stage of work.<br />

5.2 When it will be necessary to pump out waste water from the existing sewers / drains where the newly laid<br />

sewer is intended to be connected, or the waste water is required to pump out from the closed area, e.g. sump,<br />

lagoon or section of channel etc. the payment of such dewatering to make the area reasonably free from water<br />

will be made on basis of HP-HR of the pump under relevant items of pumping. No payment <strong>for</strong> dewatering<br />

shall be allowed in the gully pit line unless specifically instructed by the Engineer-in-Charge in writing.<br />

80


6.0 SHORING WORKS<br />

6.1 General:<br />

Shoring works shall be of timber and steel. Timber shoring shall be of well-seasoned hard wood of requisite strength, good<br />

quality, free from knots and cracks and preferably treated <strong>with</strong> preservatives. The shoring work shall include providing<br />

bracing’s and struts and it would be strong enough to support the sides of excavation and to prevent any movement of soil.<br />

The planks should be sufficiently long and fixed continuously as directed by the Engineer-in-Charge. The contractor will<br />

have to submit detailed drawing and design to the Engineer-in-Charge <strong>for</strong> his approval, as per his full satisfaction sufficiently<br />

prior to taking up the work of execution. In case of partial or total collapse of shoring and shuttering, contractor will be fully<br />

responsible to make good to original condition at his own cost. Shoring materials provided by the contractor shall be<br />

removed from the site immediately on completion of work. If the Engineer-in-Charge is of the opinion that at any place,<br />

sufficient or proper shoring has not been provided, he may order <strong>for</strong> additional shoring and further strengthening at the<br />

contractor’s expense. The contractor shall bring to site sufficient quality of shoring materials well ahead of starting the<br />

execution depending on the volume of the works involved and the speed to be attained to complete the work <strong>with</strong>in the<br />

stipulated time. As far as practicable shoring shall be driven ahead of execution and finally to a depth sufficiently below the<br />

bottom of the trench not less then 250 mm in any case. The height of the shoring planks shall not be less then 350 mm above<br />

the existing G.L. to facilitate proper <strong>with</strong>drawal of planks and as well as barricading of the trench etc. Shoring shall not be left<br />

in place and carefully be taken out as not to endanger the construction or any other adjacent structure. The shoring shall be<br />

lifted gradually as filling in trenches <strong>with</strong> proper compaction proceeds by filling materials <strong>with</strong> necessary watering. At the<br />

time of final <strong>with</strong>drawal of shoring after complete filling, the voids caused by the <strong>with</strong>drawal of the shoring shall be filled up<br />

<strong>with</strong> dry sand properly tamped <strong>with</strong> rod and watering.<br />

The timber shoring may be reused so long it retains its shape and adequate structural strength.<br />

6.2 Retaining shoring:<br />

Whenever so directed by the Engineer-in-Charge, the contractor shall leave in place the shoring to be<br />

embedded in the filled up trench <strong>with</strong> runners, cross struts etc. The projected portion of the shoring shall be<br />

cut at 30 cm below the established street level or the existing surface of the street as directed by the Engineerin-Charge.<br />

All shoring not be left in place shall also carefully be taken out as not to endanger the construction<br />

or any other adjacent structure. The shoring shall be lifted gradually as filling in trenches <strong>with</strong> proper<br />

compaction proceeds by filling materials <strong>with</strong> necessary watering. At the time of final <strong>with</strong>drawal of shoring<br />

after complete filling, the voids caused by the <strong>with</strong>drawal of the shoring shall be filled up <strong>with</strong> dry sand<br />

properly tamped <strong>with</strong> rod and watering.<br />

7.0 MATERIALS: R.C.C. NP3 & NP2 PIPES & FITTINGS, STONE WARE PIPES & FITTINGS, MANHOLE<br />

COVER WITH MATCHING FRAME AND CAST IRON STEPS.<br />

7.1 Procurement of materials:<br />

All materials shall be procured from the approved vendor list supplied by the Department. The contractor shall<br />

communicate to the Department, well in advance, the name & address of the vendor from whom he is going to<br />

purchase, indicating the quantity to be purchased, the name of approved third party inspector so that the Engineerin-Charge<br />

or his authorised representative may present during the test be<strong>for</strong>e supply them to the site. Contractor<br />

will bear the cost of all materials and labour and third party inspection charges. Engr-In-Charge reserves the full<br />

right to reject the materials from site even if the materials are dispatched after testing.<br />

7.2 All materials in general con<strong>for</strong>m to the relevant IS codes (latest). All R.C.C. NP3 & NP2 pipes and their<br />

fittings. Stone Ware pipes and their fittings and Manhole covers shall contain embossed marking of the<br />

following:<br />

(a) Relevant ISI mark <strong>with</strong> IS code number.<br />

(b) Manufacturer’s name or trade mark.<br />

(c) Date of manufacture.<br />

(d) Nominal Diameter.<br />

(e) Class of the pipe / manhole cover.<br />

81


7.4 Stone Ware Pipe:<br />

All stoneware pipes and their fittings shall con<strong>for</strong>m to IS: 651-1992.<br />

7.5 R.C.C. NP3 pipe:<br />

All R.C.C. NP3 pipes and their fitting shall con<strong>for</strong>m to IS: 458-1971. It is desired to have an inside clear<br />

cover of 20 mm <strong>with</strong>out deteriorating of quality and strength as specified by the code. Minimum barrel<br />

thickness shall be provided <strong>with</strong> 75 mm or as specified by the code, whichever is higher, <strong>for</strong> any diameter of<br />

pipe.<br />

7.6 C.I. /PVC Coated Step:<br />

Footrests <strong>for</strong> manholes shall be either Cast Iron or poly propylene coated Steps in accordance <strong>with</strong> IS: 5455-<br />

1969 <strong>for</strong> CI in design dimension and weight.<br />

LAYING OF R.C.C. PIPE<br />

General:<br />

The work shall include supplying, handling laying and jointing of pipes on prescribed bedding to be used <strong>for</strong><br />

construction of sewer. Drawings of all types of bedding will be supplying by the Engineer-in-Charge & will be<br />

strictly followed.<br />

Laying of R.C.C. pipe:<br />

The trench shall be so dug that the pipe can be laid to the required alignment and a required depth. The width<br />

of the trenches shall be in accordance <strong>with</strong> IS: 783-1985 or as approved by the Engineer-in-Charge. Bed<br />

concrete <strong>for</strong> R.C.C. pipe shall be as per departmental drawing and provision of IS: 783-1985.<br />

While unloading from trucks, pipes and fittings shall not be dropped loose on the ground or hard roads. Care<br />

should be taken to unload them on timber skids <strong>with</strong> the steadying rope so as not to allow the pipes to bump<br />

hard against one another. In order to avoid damage to the pipe and especially to ends, it shall not be rolled or<br />

dragged along the concrete or similar pavements <strong>with</strong> hard surfaces. All pipe sections and connections shall be<br />

inspected carefully be<strong>for</strong>e being laid. Broken or defective pipes or connections shall not be used.<br />

All lumps, blisters and excess coating materials shall be removed gently from the pipe surface and end of each pipe<br />

shall be wiped, cleaned and dried be<strong>for</strong>e the pipe is laid. Be<strong>for</strong>e lowering the pipes or fittings into the trenches each<br />

unit shall be inspected. Each unit be<strong>for</strong>e lowering into the trench shall be provided <strong>with</strong> a bituminous coating inside<br />

and properly dried.<br />

Each pipe unit shall be handled and placed in position inside the trench properly and gently. Under no circumstances<br />

shall any pipe unit be dumped or rolled into the trench or be allowed to drop against the pipe already in the trench.<br />

Pipe shall be lowered into the trenches carefully. Mechanical appliances may be used.<br />

Jointing of R.C.C. pipe:<br />

After the pipes and fittings are laid into the trench, the jointing is to be done after thorough cleaning of the joint<br />

surface. Rigid collar joint shall be in accordance <strong>with</strong> IS: 783-1985 or as per direction of the Engineer-in-Charge.<br />

The caulking space is to be filled up <strong>with</strong> span yarn gasket and cement mortar (1:2) as per his direction. The end<br />

grooves of the pipes should be filled up <strong>with</strong> necessary bitumastic compound as per direction of the Engineer-in-<br />

Charge.<br />

Every joint shall be kept wet <strong>for</strong> about ten days <strong>for</strong> maturing. Each section or length of R.C.C. pipe sewer shall be<br />

completed perfectly straight and true in level and gradient and trench shall not be filled until the length has been<br />

inspected and passed by the Engineer-in-Charge. If it is found be<strong>for</strong>e expiration of the period of maintenance that any<br />

length of sewer has become out of alignment, leaky of damaged, the contractor shall at his own expense rectify the<br />

defect as per direction of the Engineer-in-Charge.<br />

Hydraulic testing of R.C.C. (NP3 & NP2) pipe sewer lines:<br />

82


When testing a pipeline hydraulically, the line shall be filled completely <strong>with</strong> the water and kept filled <strong>for</strong> a week.<br />

The pressure shall then be increased gradually to full test pressure and maintained at this pressure <strong>for</strong> one hour. In<br />

testing pipelines a seepage allowance of a 2.5 liters per kilometer per hour per centimeter dia of the pipe shall be<br />

permissible. Test pressure will be in general considered as 2.5 m static head above invert of the upstream section.<br />

9.0 SALT GLAZED STONE WARE PIPE, LAYING AND JOINTING<br />

9.1 General:<br />

The work shall include supplying handling, laying and jointing of pipes on prescribed bedding to be used <strong>for</strong><br />

construction of sewers. Drawings of all types of bedding will be supplied by the Engineer-in-Charge & will be<br />

strictly followed.<br />

9.2 Laying of S.W. Pipe:<br />

The trench shall be so dug that the pipe can be laid to the required alignment and at required depth. The width<br />

of the trenches shall be in accordance <strong>with</strong> IS: 4127-1967 or as approved by the Engineer-in-Charge. Bed<br />

concrete <strong>for</strong> S.W. pipes shall be in accordance <strong>with</strong> IS: 4127-1967 or as per departmental drawing.<br />

9.3 While unloading from trucks, pipes and fittings shall not be dropped loose on the ground and hard roads. Care<br />

should be taken to unload them on timber skids <strong>with</strong> the steadying rope so as not to allow the pipes to bump<br />

hard against one another. In order to avoid damage to the pipe and especially to ends, it shall not be rolled or<br />

dragged along the concrete or similar pavements <strong>with</strong> hard surfaces. All pipe sections and connections shall be<br />

inspected carefully be<strong>for</strong>e being laid. Broken or defective pipes or connections shall not be used.<br />

All lumps, blisters and excess coating materials shall be removed gently <strong>for</strong>m the socked and spigot ends of each<br />

shall be wiped clean and dry be<strong>for</strong>e the pipe is laid. Every precaution shall be taken to prevent <strong>for</strong>eign materials from<br />

entering the pipes when it is being placed in the line. Normally the socket end should face the upstream. After placing<br />

a length of pipe in the trench on concrete bedding the spigot end shall be centered in the socket and the pipe <strong>for</strong>ced<br />

home and aligned. Pipe and fitting which do not allow a sufficient and uni<strong>for</strong>m space <strong>for</strong> joints shall be removed and<br />

replaced <strong>with</strong> pipe and fittings of proper dimensions to ensure such uni<strong>for</strong>m space. Precautions shall be taken to<br />

prevent dirt from entering the joint space. At times, when pipe laying is not in progress, the open ends of pipe shall be<br />

closed by temporary wooden plugs or canvas. Each pipe unit of fitting shall be so laid as to <strong>for</strong>m a close joint <strong>with</strong> the<br />

adjoining pipe and bring the inverts continuously to the required grade <strong>with</strong> the help of site rails and boning rod.<br />

The cutting of pipe or inserting, fitting or closure pieces shall be done in neat and workman like manner <strong>with</strong>out damage<br />

to the pipe so as to leave a smooth and at right angle to the axis of the pipe.<br />

The pipes when laid should not be subjected to superimpose load beyond their safe crushing strength.<br />

The connection to an existing sewer shall be done through manholes.<br />

9.4 Jointing of S.W. Pipe:<br />

After the pipe units are aligned and laid in the trench jointing is to be done after through cleaning of joint<br />

surface.<br />

Jointing of SW Pipe shall be done in accordance <strong>with</strong> IS: 4127-1967.<br />

In each joint, spun yarn soaked in neat cement slurry or tarred gasket shall be passed round the joint and<br />

inserted in it by means of a caulking tool. More skeins of yarn or gasket shall be added if necessary and shall<br />

be well caulked<br />

.<br />

The gasket after being thoroughly caulked shall not occupy more than one fourth the depth of socked and the<br />

rope should fully encircle the spigot <strong>with</strong> a slight over lap. The remaining of the annular space is to be hand<br />

packed <strong>with</strong> cement mortar (1:1) and then thoroughly caulked <strong>with</strong> a caulked tool. The joint shall then the<br />

83


finished off neatly and leveled smoothly at an angle of 45 0 <strong>with</strong> the outside of the pipe. The cement mortar<br />

joint shall be cured at least <strong>for</strong> seven days be<strong>for</strong>e testing.<br />

Each length of pipe sewer shall be completed from manhole unless otherwise ordered, perfectly straight and true in<br />

level and gradient and the trench shall not be filled in until the length has been inspected, tested and passed by<br />

the Engineer-in-Charge or his representative. If it is found be<strong>for</strong>e the expiration of the period of maintenance<br />

that any length of sewer between certain manholes has become out of alignment or grade, leaky or damaged, the<br />

contractor shall at their own expense readjust the work as per instruction of the Engineer-in-Charge.<br />

9.5 Hydraulic testing of stone ware pipe sewer lines:<br />

Hydraulic testing of stone ware pipe sewer lines is to be done is accordance <strong>with</strong> IS: 4127-1967. All new<br />

sanitary sewers upto 460 mm dia except in case where sewerage facilities have been extended, shall be subject<br />

to a test pressure of at least 2.5 m head of water at the highest point of the section under test. The tolerance of<br />

two liter per centimeter of diameter per kilometer may be allowed during a period of ten minuets. The method<br />

of testing should be adopted as per direction of the Engineer-in-Charge. Any leakage that will be visible and<br />

the defective part of the work should be cut out and made good. A slight amount of sweating which is uni<strong>for</strong>m<br />

may be allowed but excessive sweating from a particular pipe or joints shall be watched <strong>for</strong> and taken as<br />

indicating a defect to be made good. Any joints found leaking or sweating shall be rectified as per direction of<br />

the Engineer-in-Charge. Filling of the trench shall not be commenced until the length of the pipes has been<br />

tasted and passed.<br />

9.6 Manhole<br />

All manholes shall be of the size and type as given below and / or as per drawing. All manhole shall be circular /<br />

rectangular in shape. The bed shall be of cement concrete of mark M-10 of 100 mm thickness or as shown in the<br />

drawing. Top level of manhole shall be generally 100 mm above the surrounding ground levels or as directed by the<br />

Engineer-in-Charge<br />

Water sealed Manhole covers shall con<strong>for</strong>m to IS:1726 & BS12592 RCPC or PFRC.<br />

a) 20MT cover:- 685X100-110 mm, frame:- 900ϕ X 180mm, weight:- 240kg.(approx) <strong>for</strong> street Manhole<br />

b) 5MT cover:- 425X55 mm, frame:- 540X540X100mm, weight:- 60kg.(approx) <strong>for</strong> plot level manhole and<br />

<strong>for</strong> Box Drain.<br />

c) 5MT cover:- 550X65 mm, frame:- 650X650X135mm, weight:- 90kg.(approx) <strong>for</strong> other manhole.<br />

In cases where branch pipe sewers enter the manhole of main pipe sewer at the level more than 1 m from the<br />

main sewer a drop connection shall be provided. All exposed surfaces shall be painted <strong>with</strong> 2 coats of<br />

bituminous painting.<br />

The construction of street manhole shall be carried out in two stages:<br />

In the 1 st stage of construction the top level of manhole shall be kept at a depth 800mm below from the<br />

finished level, and no manhole cover shall be fixed. The manhole opening shall be covered by a pre-cast RCC<br />

slab of specified thickness as approved by EIC.<br />

In the 2 nd stage of construction, the manhole shall be completed upto finished top level including fitting, fixing of<br />

manhole cover after completion of construction of road or as directed by EIC. The offered rate shall include both the<br />

stages of construction including cutting of road pavement & Lifting of pre-cast slab carefully but excluding the cost<br />

of pre-cast slab.<br />

B. SPECIFICATION FOR SUPPLY & LAYING OF DUCTILE<br />

IRON PIPE LINES.<br />

1.0 Specification <strong>for</strong> the Work<br />

The work comprises of mainly three components i.e.<br />

84


(i)<br />

(ii)<br />

(iii)<br />

procurement & supply of materials,<br />

laying of pipeline including ancillary structure and<br />

testing of pipeline<br />

1.1 Procurement & Supply of Materials, Pipes, Specials, Valves, etc:<br />

All pipes specials, valves etc. shall be as per relevant BIS specification and bear mandatory ISI markings on<br />

all the products. Markings on the product must meet as per Indian Standard Specification requirement.<br />

Procurement of such materials <strong>with</strong> fulfillment of above criteria shall be done as per vender list attached <strong>with</strong><br />

the Tender <strong>Document</strong>.<br />

1.2 Rubber Gasket:<br />

Rubber gasket & required nut bolts shall be as per relevant BIS specification and bear mandatory ISI<br />

markings on all the products. Markings on the product must meet as per Indian Standard Specification<br />

requirement.<br />

Rubber gaskets to be used <strong>for</strong> jointing pipes and fittings shall be stored in a cool dark place protected from<br />

excessive exposure to heat, direct sunlight, oil etc. Rubber gaskets shall be stored in a relaxed <strong>for</strong>m free from<br />

tension, compression or other de<strong>for</strong>mation and as per direction of EIC.<br />

2.0 Laying of Pipeline including Ancillary Structure<br />

2.1 Trenching<br />

2.1.1 Location:<br />

Contractor shall excavate the pipeline trench on the specified alignment shown in approved drawings <strong>with</strong> the<br />

prior written approval of the Engineer-In-Charge.<br />

2.1.2 Excavation:<br />

Contractor shall apply any method approved by the Engineer-In-Charge, dig the pipeline trench on the cleared<br />

and graded Right of Way (R.O.W.) in already developed land based on the pre-fixed co-ordinates of the<br />

alignment and other areas designated specially by the Engineer-In-Charge, the Contractor shall strip top soil to<br />

a depth of 30 cm to the full anticipated width of the ditch and store this materials separately along the R.O.W.<br />

to allow replacement of this materials on top of the back filled ditch. Trench compactor shall be used to<br />

compact the trench bottom be<strong>for</strong>e laying of pipes. Suitable crossing shall be provided and maintained over the<br />

open R.O.W. where necessary to permit construction workers to cross or move stock or equipment from one<br />

side of the trench to the other. Care shall be exercised to see that fresh soil recovered from trenching<br />

operation, intended to be used <strong>for</strong> back filling over the laid pipe in the trench, is not mixed <strong>with</strong> loose debris<br />

or <strong>for</strong>eign material.<br />

2.1.3 Normal Cover and Trench Dimensions <strong>for</strong> D.I. Pipe:<br />

Normally, the trench shall be excavated to a minimum width as to provide, on both sides of the installed<br />

pipeline, a clearance of not less than 150 mm and to a depth sufficient to provide the minimum cover as<br />

indicated below. The width specified shall be measured at the bottom of the trench. The depth of the trench<br />

shall be measured from the level of the original ground or graded surface whichever is lower. The dimensions<br />

in the table as indicated below shall govern except as noted herein or as shown on the detailed construction<br />

drawing. Minimum depth of cover shall be measured from the top of pipe coating to the top of undisturbed<br />

surface of the soil or top of graded working strip or top of road which is lower.<br />

Location<br />

Minimum Cover<br />

1. Industrial, Commercial and Residential 1.00 m<br />

areas (Normal Terrain)<br />

2. Uncased / cased road crossings 1.20 m<br />

2.1.4 Cutting and Removal of Paving:<br />

Whenever it is permitted by the Engineer-In-Charge to open or cut a paved crossing, or where the line is<br />

routed <strong>with</strong>in the road pavement, Contractor shall remove the paving in accordance <strong>with</strong> the restrictions and<br />

requirements as directed by the Engineer-In-Charge. In locations where the trench is cut across roads, paths,<br />

walkways etc. Contractor shall provide temporary diversions / bridges of adequate strength and proper<br />

construction to allow the passage of normal traffic <strong>with</strong> the minimum of inconvenience and interruptions when<br />

85


the work is in progress, the Contractor shall provided and use warning and / or traffic signs / lights or lanterns,<br />

barricades, fencing, watchman, etc.<br />

2.1.5 Extra Depth and Clearance:<br />

At points where the contour of the earth may require extra depth according to customary good pipeline<br />

practice, or where a deep trench is required at the approaches to crossings of roadways, sewer line, Contractor<br />

shall excavate such additional depth as may necessary after obtaining permission from the EIC.<br />

Contractor shall excavate to additional depth as directed by the Engineer-In-Charge, where the pipeline<br />

approaches and crosses other pipelines, sewers, drain pipes, telephone conduits and other underground<br />

structures and specific low lying area so that the pipeline may be laid <strong>with</strong> at least 50 centimeters free<br />

clearance from the obstacle or as specified in the drawings, or such greater minimum distances as may be<br />

required. No pipeline shall be laid so as to be in contact <strong>with</strong> any electrical supply line, telegraph line, drain,<br />

sewer or connection work.<br />

Where the pipeline crosses areas, whose basement specifically require greater than normal depths of cover the<br />

trench shall be excavated to extra depth in accordance <strong>with</strong> the Right of Way agreement or as required.<br />

Contractor shall excavate all such additional depths to maintain the depth of earth cushion beyond 1.20 mtr as<br />

may be necessary <strong>for</strong> satisfactory completion of the work.<br />

Clearance on one side or the other of any interfering structures shall be determined on the field in accordance<br />

<strong>with</strong> the circumstances of each case <strong>with</strong> the provision that the line shall be laid as directed by the Engineer-<br />

In-Charge. Temporary under passing supports and other protective devices necessary to keep interfering<br />

structures unaffected, shall be provided by the Contractor and shall be of such design so as to ensure against<br />

their possible failure.<br />

2.1.6 Finish of Trench:<br />

The employer intends that there shall be a minimum of hand guarding of the trench bottom However, to<br />

achieve this, Contractor shall have to dig as square a bottom of the trench as possible <strong>with</strong> the equipment. This<br />

in part can be obtained by adjusting and adopting the crumbling shoe and digging teeth of the trenching<br />

machines and by use of a drag behind the trenching machines. Contractor shall do hand work in the trench if<br />

necessary to free the bottom of the trench from loose rock and hard soil and to trim protruding roots from the<br />

bottom and side walls of the trench. However, the Contractor has the liberty to adopt any procedure according<br />

to site condition <strong>with</strong> due approval of the Engineer-In-Charge. Trench compactor should be used to compact<br />

the bed.<br />

2.1.7 Padding:<br />

In all cases where rock or gravel is encountered in the bottom of trench, trench padding shall be provided to<br />

safeguard the pipe coating. The extent of trench padding (length) shall be decided by the Engineer-In-Charge.<br />

The thickness of the compacted padding shall not be less than 150 mm. In those areas that are to be padded<br />

the trench shall be at least 150 mm deeper than otherwise required, and evenly and sufficiently padded to keep<br />

the pipe, when in place at least 150 mm above the bottom of excavated trench. Padding materials shall be sand<br />

containing no gravel, rock, or lumps of hard soil.<br />

2.1.8 Protection of Trench:<br />

Contractor shall keep the trench in good conditions until the pipe is laid. All type of safety measures <strong>for</strong><br />

excavation work shall be taken and maintained as required. The Contractor shall provide, install and operate<br />

all the necessary pumping machineries, piping appliances and equipments and supply fuel, etc. to keep trench<br />

reasonably free from any water during excavation.<br />

2.1.9 Protection Of Underground Utilities:<br />

Contractor shall obtain plans and full details of all existing and planed underground services from the EIC and<br />

shall follow plans & co-ordinates closely at all time during the per<strong>for</strong>mance of work. Contractor shall be<br />

responsible <strong>for</strong> action and protection of all underground lines and structures. In special locations, the use of<br />

trenching machine / backhoe may result in damage of property and subsurface structures likely to be<br />

encountered during excavation. At such places, Contractor shall excavate the trench manually to same<br />

specifications.<br />

Where the pipeline crosses other underground utilities / structures, Contractor shall first manually excavate to<br />

a depth the utilities / structures are located.<br />

Temporary underpinning, or any other type of supports and other protective devices necessary to keep the<br />

interfering structure intact shall be provided by Contractor to ensure against their possible failure.<br />

In locations, where the pipeline has to be laid more or less parallel to an existing pipeline, cable and / or other<br />

utilities in the right of way Contractor shall per<strong>for</strong>m the work to the satisfaction of the Authority of the<br />

existing pipeline / cable / utility. In such locations Contractor shall per<strong>for</strong>m work in such way that even under<br />

86


the worst weather and flooding conditions, the existing pipeline / utilities remain stable and shall neither<br />

become undermined nor have the tendency to slide towards the trench.<br />

2.1.10 Shifting of Underground Services:<br />

Any or all the existing underground utility lines such as telephone cables etc. which may be encountered<br />

during the progress of work shall have to be very carefully supported and maintained.<br />

In case any of the existing utility lines is to be shifted or attended in any fashion the Contractor shall intimate<br />

the Department. The Contractor shall also get the necessary alteration done by negotiation <strong>with</strong> the concerned<br />

organization to the satisfaction of the Engineer-in-Charge. No attempt should be made on the part of the<br />

Contractor to shift or alter any of the utility lines <strong>with</strong>out specific instruction from Engineer-in-Charge.<br />

2.1.11 Precautions Against Floatation:<br />

Contractor shall check if up-floating danger is present in open trench and then shall take appropriate measures<br />

to prevent up floating. Such as applying soil dams and de-watering of trench or temporary filling of water into<br />

the line (in exceptional cases).<br />

In some stretches, if up floating of the pipeline after back filing is reckoned <strong>with</strong>, such stretches shall be<br />

indicated in the drawings. If such stretches requiring negative buoyancy are encountered during construction,<br />

which are not indicated in drawing but required in the opinion of the Engineer-In-Charge, Contractor shall<br />

provide necessary measures to prevent buoyant effect in consultation <strong>with</strong> Engineer-In-Charge. Floating of the<br />

pipeline can be prevented by providing sufficient overburden or by providing sufficient dead weight by means<br />

of anchor block or by applying a continuous concrete coating around the pipe to provide the desired weight.<br />

Whatever continuous concrete coating is used, it shall con<strong>for</strong>m to the provision of relevant specifications<br />

unless indicated otherwise in the drawing.<br />

2.1.12 Night Caps:<br />

At the end of each day’s work or every time when joining operations are interrupted, the open ends of pipes<br />

shall be capped <strong>with</strong> securely closed metal cap or plug as approved by the Engineer-In-Charge so as to<br />

prevent the entry of dirt, dust, water or any <strong>for</strong>eign matter into the pipeline. These covers shall not be removed<br />

until the work is to be resumed.<br />

2.1.13 Closing Lengths:<br />

Pipes which are required to be cut to from closing pieces in any portion of the pipelines or to terminate in<br />

chambers / manhole or other parts of the works shall not be cut until after all adjacent pipes and fitting have<br />

been installed and joined.<br />

The Contractor shall determine the length of each closing piece, the required angle and shape of the same,<br />

which shall be brought to the notice of the Engineer-In-Charge <strong>for</strong> approval. The cut shall be neatly per<strong>for</strong>med<br />

and the end of the pipe shaped and trimmed so as to ensure an accurate joint or termination as the case may be<br />

any damage to sheathing, coating or lining shall be made good.<br />

2.2 Laying of D.I. Pipes<br />

The laying of D.I. pipes shall con<strong>for</strong>m to the guidelines mentioned herein / relevant clauses of concerned IS<br />

code of practice.<br />

2.2.1 Lowering of D.I. pipe:<br />

Proper instruments, tools and facilities satisfactory to the Engineer-In-Charge shall be provided and used by<br />

the Contractor <strong>for</strong> the safe and convenient per<strong>for</strong>mance of the work. All pipes, fittings, and valves shall be<br />

carefully lowered into the trench, piece by means of crane derrick, rope or other suitable tools or equipment,<br />

in such a manner as to prevent damage to pipes, valves, fittings, etc. and protective coatings and linings.<br />

Under no circumstances shall materials be dropped or dumped into the trench. If damage occurs to any pipe,<br />

fitting, valve or accessory in handling, the damage shall be immediately brought to the Engineer-In-Charge’s<br />

attention. The Engineer-In-Charge shall prescribe corrective repairs or rejection of the damaged items. Pipes<br />

over 250 mm diameter shall be handled and lowered into trenches <strong>with</strong> the help of crane.<br />

2.2.2 Cleaning of D.I. Pipes and Fitting:<br />

All lumps, blisters, and excess coating material shall be removed from the socket and spigot end of each pipe.<br />

The outside of the spigot and inside of the socket shall be wiped clean. Dry and free from oil and grease<br />

be<strong>for</strong>e the D.I. pipe is laid.<br />

2.2.3 Laying:<br />

87


After placing a length of pipe in the trench the spigot end shall be centered in the socket and the pipe <strong>for</strong>ced<br />

home and aligned to gradient. The pipe shall be secured in place <strong>with</strong> approved back fill materials tamped on<br />

both sides except at socket.<br />

The socket end should face the upstream while laying the pipe line on ground.<br />

Jointing of D.I. specials <strong>with</strong> the spigot end adopting the technique of Mechanical and push-on flange joint as<br />

per procedure laid down in approved manufacturer’s specification / instructions using special type of D.I.<br />

fittings con<strong>for</strong>ming to I.S.: 13382-1992, suitable <strong>for</strong> Mechanical flexible joints may be used.<br />

D.I. pipes may also be jointed by means of flanges as and where required and specified in the drawing or as<br />

directed by the E.I.C.<br />

The gasket used between flanges of pipes shall be of natural or synthetic rubber (Con<strong>for</strong>ming to I.S.: 638 of<br />

latest revision Edition) of thickness between 1.5 mm to 3 mm.<br />

Each bolt should be tightened a little at a time taking care to tighten diametrically opposite bolts alternatively.<br />

The practice of full tightening the bolts one after another is highly undesirable.<br />

2.2.4 Anchor / Thrust Blocks<br />

The contractor shall provide anchor / thrust blocks at all horizontal bends in case of 90°, 45° , 22½° & Tee<br />

<strong>for</strong> 200 mm to 500 mm dia pipe and in case of 90°, 45° & Tee <strong>for</strong> 100 mm to 150 mm dia pipe to be placed<br />

both below and above ground. Anchor blocks shall be in cement concrete as per dimensions given in the<br />

approved drawings. The grade of concrete as specified in the relevant drawing shall be strictly followed.<br />

Shuttering shall be as required and to the satisfaction of the Engineer-In-Charge.<br />

The thrust faces of all blocks shall be placed directly against the undisturbed faces of excavations and the<br />

shape and size of the blocks shall be as shown on the drawings or as otherwise determined by the Engineer-In-<br />

Charge having regard to the nature of the ground and the load or thrust to be encountered. The concrete shall<br />

be placed around the fitting in such a way that the coupling are not covered or fixed by it to allow <strong>for</strong><br />

flexibility and to provide access to the collars <strong>for</strong> replacing when necessary. Be<strong>for</strong>e casting concrete,<br />

bituminous felt shall be wrapped around the fitting at the interface between concrete and fitting. Where<br />

required, anchor clamps shall be cast into the anchor blocks.<br />

2.2.5 Back Filling:<br />

Back filling shall not be done until the pipe and appurtenances have the proper fit and the pipe is following the<br />

ditch profile at the required depth that shall provide the required cover and has bed which allows the pipe to rest<br />

smoothly and evenly.<br />

Back-filling shall be done <strong>with</strong> excavated good earth as approved by the EIC.<br />

3.0 Installation of Valves and Fittings<br />

3.1 General:<br />

Valves, fitting, plugs and caps shall be set and joined to pipes in the manner specified above <strong>for</strong> cleaning,<br />

laying and joining pipes. The contractor shall furnish all components required <strong>for</strong> construction of valves<br />

chambers and valves control access to buried valves. The valves shall be joined <strong>with</strong> dismantling pieces as<br />

shown in the drawing to facilitate future maintenance.<br />

3.2 Sluice Valves / Non Return Valves:<br />

The valves shall be installed in accordance <strong>with</strong> IS: 2685. While installing the contractor shall ensure that all<br />

grit and <strong>for</strong>eign matters are removed inside of the valves and all the faces are thoroughly cleaned and coated<br />

<strong>with</strong> a thin layer of mineral grease, the sluice valves shall be installed <strong>with</strong> spindle vertical. The location of<br />

valves shall be as per drawing. All sluice valves shall be installed on concrete bases. The length of the<br />

operating stem shall properly adjusted depending upon the depth of the valve below operating level. This shall<br />

be done to the satisfaction of the Engineer-In-Charge.<br />

3.3 Air Valves:<br />

Air valves shall be installed at high points using standard tee fittings as shown in the drawings or as directed<br />

by the Engineer-In-Charge.<br />

3.4 Washouts:<br />

Washouts or scour valves shall be installed at low points as shown in the drawings or as directed by the<br />

Engineer-In-Charge Washouts shall be installed by the standard T-piece <strong>with</strong> the main.<br />

The outlet of the drain must be directed to the lowest ground level in such a way that no back flow to the main<br />

pipe can occur.<br />

The drain pipe of washouts shall not be connected to any sewer, submerged in any stream, or be installed in<br />

all other manner that may permit back siphoning into the distribution system.<br />

3.5 Easy Operation of Valves:<br />

88


All valves shall be provided <strong>with</strong> cap / hand lever / hand wheel as required <strong>with</strong>in easy reach. Wherever<br />

necessary operating plat<strong>for</strong>ms shall be provided. In general, valves installed underground shall have caps and<br />

those fitted above ground shall be operable by hand wheels.<br />

4.0 Bends And Fittings<br />

Pipelines shall be laid in straight lines <strong>with</strong> gradual changes being taken up at the joints as approved by the<br />

manufacturers / and or relevant IS code as desired E.I.C. Where a sudden change of direction cannot be<br />

avoided bends shall be used. The location of bends tees, and other fittings shall be determined in the field in<br />

close cooperation <strong>with</strong> the Engineer-In-Charge.<br />

5.0 Blind Ends<br />

All pipe ends that shall be connected to future extensions, plugs, caps or blank flanges shall be installed and<br />

secured in place.<br />

6.0 Valve Chambers<br />

Valves on an underground pipeline shall be located in a Masonry chamber <strong>with</strong> Pre cast RCC slab in three<br />

pieces consisting of edge protection M.S. structural angle L40 x 40 x 6 mm weighing not less than 3.50 kg/m,<br />

fitted & fixed along the all corners <strong>with</strong> necessary welding of the angles and rein<strong>for</strong>cement steel as per<br />

approved drawing and direction of the Engineer-In-Charge.<br />

7.0 Existing Road Crossing<br />

The Contractor shall programmed the work to reduce disruption to road traffic to a minimum, and be<strong>for</strong>e any<br />

work commences in existing roads shall:<br />

i) Obtain full permission and approval of EIC, serving notice of intent to start work as may be<br />

necessary and observing all the Project area rules and regulations.<br />

ii) Submit details of his proposals, and obtain approval from the Engineer-In-Charge.<br />

iii) Suitable signs indicating that a street is closed and suitable detour signs <strong>for</strong> proper maintenance to<br />

traffic shall be provided.<br />

iv) Wherever necessary contractor shall make alternate routes <strong>for</strong> Project work’s traffic diversion as<br />

directed by the concerned authority.<br />

v) The bedding <strong>for</strong> the pipelines to be laid under the road crossing shall be in accordance <strong>with</strong> the<br />

relevant drawings as per direction of the Engineer-In-Charge.<br />

vi) The road way shall be reinstated to the satisfaction of EIC.<br />

8.0 Hydraulic Testing:<br />

Hydraulic Testing of Ductile Iron/MS/CI pipes:<br />

All pipelines and all works shall be subject to pressure and leakage tests after being laid and installed be<strong>for</strong>e<br />

commissioning.<br />

Pressure and leakage tests shall be carried out simultaneously.<br />

Provisions of this clause shall be read in conjunction <strong>with</strong> the provisions <strong>for</strong> testing of pipes under IS: 3114,<br />

IS: 12288 & IS: 5822 and other Indian Standard Specifications as applicable.<br />

The field test pressure to be applied shall not be less than the greatest of the following subject to a maximum<br />

limit of field hydrostatic test pressure as per IS:12288:1987, IS:3114 & IS:5822 and other Indian Standard<br />

Specifications as applicable.<br />

(i) Maximum sustained operating pressure<br />

(ii) Maximum static pressure plus 5 N/mm 2<br />

(iii) Sum of the maximum sustained operating pressure (or the maximum static pressure) and the<br />

maximum calculated surge pressure.<br />

The pipeline shall be filled slowly from the lowest point in such a manner as to allow expulsion of air through<br />

air release valves at highest points. The following filling rates are recommended:<br />

Size, mm: 100 150 200 250 300 400 500 600 700 800 900 1000<br />

Filling rate,<br />

Ltr/sec 0.3 0.7 2.5 2.0 3.0 6.0 9.0 14.0 19.0 25.0 32.0 40.0<br />

After filling, the pipeline shall be pressurized to the specified operating pressure and left <strong>for</strong> a period of time<br />

to achieve stable conditions. The pipeline shall then be pressurized up to the full test pressure and the section<br />

under test completely closed off. Care shall be taken to ensure that the pipeline is free of air. For this,<br />

89


if required, or if required, or if asked by the Engineer-in-Charge water release test shall be<br />

carried out. The hydraulic test shall be maintained <strong>for</strong> a period of not less than 10 minutes<br />

to reveal any defect in the pipes, joints and anchorages.<br />

If the test is not satisfactory, the fault shall be found and rectified. In case fault cannot be<br />

identified easily, the section under test shall be sub-divided and each part tested separately.<br />

In case the leakage is greater than the allowable value determined through the above <strong>for</strong>mula the contractor<br />

shall identify all defective leaky joints, repair them until the leakage is <strong>with</strong>in allowable limit and these<br />

rectification works no extra payment shall be admissible.<br />

9.0 Cleaning out after Testing:<br />

After the completed pipeline is tested, approved back filling and the Contractor has removed all temporary<br />

work and has reconnected any parts temporarily removed from the pipeline. The contractor shall finally clean<br />

out the whole pipeline and flush it through <strong>with</strong> water.<br />

90


SECTION 6: Layout Drawings of the work<br />

Indicative drawing as follows :<br />

a) Site Plan<br />

b) Architectural Drawing of <strong>Guest</strong> <strong>House</strong><br />

c) Architectural Drawing Office Building<br />

91


SECTION 7: BILL OF QUANTITIES<br />

92


SCHEDULE OF QUANTITIES FOR GUEST HOUSE<br />

RATE<br />

SL. D E S C R I P T I O N UNIT IN IN<br />

NO.<br />

FIGURE WORDS<br />

A. EARTHWORK<br />

1 Earth work in excavation of foundation trenches or drains.<br />

in all sorts of soil (including mixed soil but excluding<br />

laterite or sandstone) including removing. Spreading or<br />

stacking the spoils <strong>with</strong>in a lead of 75 m. as directed. The<br />

item includes necessary trimming of the sides of trenches.<br />

levelling. dressing and ramming the bottom. Bailing out<br />

water as required complete<br />

QUANT<br />

ITY<br />

AMOUNT<br />

a Depth of foundation upto not exceeding 1500mm %Cum 3.56<br />

b Depth of foundation exceeding 1500mm %Cum 1.0<br />

2 Earth work in filling in foundation trenches or plinth <strong>with</strong><br />

good earth in layers not exceeding 150 mm. including<br />

watering and ramming etc. layer by layer<br />

complete.(Payment to be made on basis of measurement of<br />

finished quantity of work).<br />

a With earth obtained from excavation of foundation. %Cum 2.31<br />

b<br />

3(a)<br />

3(b)<br />

With carried earth arranged by contractor <strong>with</strong>in a radius of<br />

3km including cost of carried earth<br />

Anti termite treatment to the top surface of the consolidated<br />

earth <strong>with</strong>in plinth walls <strong>with</strong> chemical emulsion by<br />

admixing chloropyrofos emulsifiable concentrates ( 1%<br />

concentration) <strong>with</strong> water by weight at the rate of 5 Litres<br />

per Sq.M of the surface be<strong>for</strong>e sand bed or sub-grade is<br />

laid. Holes upto 50 mm. to 75 mm. deep at 150 mm. centre<br />

to centre both ways shall be made <strong>with</strong> 12 mm, diameter<br />

mild steel rod on the surface to facilitate saturation of the<br />

soil <strong>with</strong> the chemical emulsion. The work shall be carried<br />

out as per specification described in para 6.4 of code IS-<br />

6313 (part -II) 1981. (Mode of measurement will be per<br />

Sq.M of plan area of plinth treated.)<br />

Pre-constructional ant termite measures<br />

Treatment to the back filling of RCC foundation <strong>with</strong><br />

chemical emulsion by admixing Chloropyrofos emulsifiable<br />

concentrate (1% concentration) <strong>with</strong> water by weight @ 7.5<br />

liters per sqm of the vertical surface of the substructure of<br />

each side of the foundation. The work shall be carried out as<br />

per specification as described in para 6.3.1 of code IS-6313<br />

(part-II) 1981 (Mode of measurement will be per sq.m. of<br />

vertical area of foundation treated).<br />

%Cum 0.14<br />

Sqm 157.07<br />

Sqm 203.60<br />

4 Filling in foundation or plinth by silver sand in layers not<br />

exceeding 150mm as by thorough saturation <strong>with</strong> water,<br />

ramming complete exceeding 150 mm as directed and<br />

consolidating the same including the cost of supply of sand.<br />

%Cum 0.90<br />

93


(Payment to be made on measurement of finished quantity)<br />

B. CEMENT CONCRETE WORK<br />

1 Ordinary cement concrete (mix 1:2:4) <strong>with</strong> graded stone<br />

chips (20mm nominal size) excluding shuttering and<br />

rein<strong>for</strong>cement, if any, in ground floor as per relevant IS<br />

code<br />

(a) Pakur variety Cum 41.74<br />

2 Controlled Cement concrete <strong>with</strong> well graded stone chips<br />

(20 mm nominal size ) excluding shuttering and<br />

rein<strong>for</strong>cement <strong>with</strong> complete design of concrete as per IS :<br />

456 and relevant special publications submission of job mix<br />

<strong>for</strong>mula after preliminary mix design after testing of<br />

concrete cubes as per direction of Engineer-in charge<br />

Consumption of cement will not be less than 300 Kg of<br />

cement <strong>with</strong> Super plasticiser per cubic meter of controlled<br />

concrete but actual consumption will be determined on the<br />

basis of preliminary test and job mix <strong>for</strong>mula. In ground<br />

floor and foundation.<br />

(i) Pakur Variety<br />

[using concrete mixture]<br />

M 25 Grade<br />

upto plinth Cum 125.41<br />

Ground Floor Cum 51.47<br />

1st Floor Cum 52.27<br />

Above Roof Cum 18.68<br />

3 Hire and labour charges <strong>for</strong> shuttering <strong>with</strong> centering and<br />

necessary staging upto 4 m using approved stout props and<br />

thick hard wood planks of approved thickness <strong>with</strong> required<br />

bracing <strong>for</strong> concrete slabs , beams, columns , lintels curved<br />

or straight including fitting , fixing and striking out after<br />

completion of works (upto roof of ground floor)<br />

ply shutttering<br />

upto plinth Sqm 323.07<br />

Ground Floor Sqm 436.55<br />

1st Floor Sqm 445.65<br />

Above Roof Sqm 163.93<br />

4 Rein<strong>for</strong>cement <strong>for</strong> rein<strong>for</strong>ced concrete work in the all sorts<br />

of structures including distribution bars, stirrups, binders<br />

etc. including supply of rods , initial straightening and<br />

removal of loose rust (if necessary), cutting to requisite<br />

length, hooking and bending to correct shape, placing in<br />

proper position and binding <strong>with</strong> 16 gauge black annealed<br />

wire at every intersection, complete as per drawing and<br />

direction<br />

tor steel/ Mild steel M.T. 25.00<br />

C<br />

BRICKWORK<br />

1 Single brick flat soling of picked jhama bricks including<br />

ramming and dressing bed to proper level and filling joints<br />

<strong>with</strong> powdered earth or local sand.<br />

94<br />

Sqm 417.00


2 Brick work <strong>with</strong> 1st class bricks in cement mortar (1:6)<br />

upto plinth Cum 19.63<br />

Ground Floor Cum 53.37<br />

1st Floor Cum 76.51<br />

3 125mm thick brick work <strong>with</strong> 1st class bricks in cement<br />

mortar (4:1) in different floors.<br />

Ground Floor Sqm 173.97<br />

1st Floor Sqm 236.09<br />

D PLASTERING<br />

1 Plaster (to wall , floor, ceiling etc) <strong>with</strong> sand and cement<br />

mortar including rounding off or chamfering corners as<br />

directed and raking out joints including throating or<br />

roughening of concrete surface , including throating ,<br />

nosing and drip course where necessary<br />

a)20 mm thick plaster (External) 1:4<br />

Ground floor Sqm 429.75<br />

1st floor Sqm 279.17<br />

Mumty Sqm 290.74<br />

b) 15 mm thick plaster (Internal) 1:4<br />

Ground floor Sqm 445.31<br />

1st floor Sqm 422.36<br />

Mumty Sqm 57.36<br />

c)10 mm thick plaster (Ceiling) 1:4<br />

Ground floor Sqm 112.07<br />

1st floor Sqm 353.90<br />

Mumty Sqm 41.09<br />

E FLOORING<br />

1 Supplying and laying true to line and level vitrified tiles of<br />

approved brand (size not less than 600 mm X 600 mm X10<br />

mm thick) in floor, skirting etc. set in 20 mm sand cement<br />

mortar (1:4) and 2 mm thick cement slurry backside of tiles<br />

using cement @ 2.91Kg./Sq.M or using polymerised<br />

adhesive (6mm thick layer applied directly over finished<br />

artificial stone floor/ Mosaic etc <strong>with</strong>out any backing course<br />

) laid after application slurry using 1.75kg of cement per<br />

sqm below mortar only, joints grouted <strong>with</strong> admixture of<br />

white cement & colouring pigment to match <strong>with</strong> colour of<br />

tiles/ epoxy grout materials of approved make as directed &<br />

removal of wax coating of top surface of tiles <strong>with</strong> warm<br />

water & polishing the tiles using soft & dry cloth upto<br />

mirror finish complete including the cost of materials,<br />

labour and all other incidental charges complete true to the<br />

manufacturer's specification and direction of Engineer-in-<br />

Charge. (white cement, synthetic adhesive and grout<br />

material to be supplied by agency)<br />

(I).(B) Light Colour<br />

Sqm 453.33<br />

2 Supplying, fitting & fixing 1st quality ceramic tiles of any<br />

size having mat finish in walls <strong>with</strong> cement sand mortar<br />

(1:4) 20mm thk and cement slurry 2 mm thk. At back side<br />

of tiles using cement @2.91 kg/Sqm & Joint filling using<br />

white cement slurry @ 0.20 Kg/Sqm (Coloured decorative)<br />

Sqm<br />

99.53<br />

F<br />

DOOR/WINDOWS<br />

95


1 Wood work in door frame fitted & fixed complete including<br />

a protective coat of painting at the contact surface of the<br />

frame excluding cost of conc. Iron butt hinges and MS<br />

clamp.<br />

f) Sisu, Gamar, Champ, Badam, Bhola, Mogra, Hallak.<br />

2 Supplying solid flush type doors of commercial quality, the<br />

timber frame consisting of top and bottom rails an side<br />

styles of well seasoned timber 65 mm wide each and the<br />

entire frame fitted <strong>with</strong> 37.5mm wide battens placed both<br />

ways in order to make the door of solid core and internal<br />

lipping <strong>with</strong> garjan or similar wood veneers using phenol<br />

<strong>for</strong>maldehyde as glue etc. complete including fitting, fixing<br />

shutters in position but excluding the cost of hinges and<br />

other fittings.<br />

35 mm thick shutters ( single leaf)<br />

3 Providing and fixing double glazed hermetically sealed<br />

glazing in aluminium windows, ventilators and partition etc.<br />

<strong>with</strong> 6 mm thick clear float glass both side, having 12 mm<br />

air gap, including providing EPDM gasket, per<strong>for</strong>ated<br />

aluminium spacers, desiccants, sealant (Both primary and<br />

secondary sealant) etc. as per specifications, drawings and<br />

direction of Engineer-in-charge complete.<br />

Cum 0.92<br />

Sqm 46.97<br />

Sqm 65.73<br />

4 Wood work in upper rails of railing, hand rail of staircase<br />

etc including necessary fitted and fixed complete (<strong>for</strong><br />

purpose of payment section will be measured in the square)<br />

a) Sishu, Gamar, Champ, Badam, Bhola, Morga, Hallak Cum 0.23<br />

5 M.S or W.I ornamental grill or approved design joints<br />

continuously welded <strong>with</strong> M.S, W.I flats and bars <strong>for</strong><br />

windows, railing etc fitted and fixed <strong>with</strong> necessary screws<br />

and lugs (i)Grill weighing above 10 Kg /sq.mtr and up to16<br />

Kg./sq.mtr .<br />

Ground Floor Qntl 6.00<br />

First Floor Qntl 7.00<br />

6 Iron Butt hinges of approved quality fitted and fixed <strong>with</strong><br />

steel screws <strong>with</strong> ISI marks (100mm x 58mm x 1.9mm )<br />

Nos 57.00<br />

7 Anodised aluminium tower bolt full covered of approved<br />

manufactured from extruded section con<strong>for</strong>ming to IS<br />

204/74 fitted and fixed <strong>with</strong> cadmium plated screws:<br />

i) 225 mm long x 10mm dia bolt Nos 19.00<br />

8 Supplying Godrej Mortice lock Chromium plated <strong>with</strong><br />

Latch and keys four level including fitting and fixing<br />

complete<br />

G FINISHING<br />

1 Rendering the surface of walls and ceiling <strong>with</strong> white<br />

cement based wall putty of approved make and<br />

brand(1.5mm thick)<br />

2 Applying Exterior grade Acrylic primer of approved,<br />

quality and brand on plastered or concrete surface old or<br />

new surface to receive decorative textured(matt finish) or<br />

Nos 19.00<br />

Sqm 1,432.09<br />

%Sqm 10.00<br />

96


smooth finish acrylic exterior emulsion paint including<br />

scraping and preparing the surface thoroughly, complete as<br />

per manufacturer's specification and as per direction of the<br />

EIC.<br />

In Ground Floor:<br />

(a) One Coat<br />

3 Protective and Decorative Textured exterior high class matt<br />

finish paint of approved quality, composed of special<br />

Thermoplastic Resin containing fine crystalline additives<br />

derive from Granite as per manufacture's specification and<br />

as per direction of EIC to be applied over acrylic primer as<br />

required. The rate includes cost of material, labour,<br />

scaffolding and all incidental charges but excluding the<br />

cost of primer.<br />

Sqm 999.66<br />

Ground Floor<br />

Two coats.<br />

4 Applying Interior grade acrylic primer, having low VOC<br />

(Volatile Organic Compound ) content, of approved quality<br />

and brand on plastered or concrete surface old or new<br />

surface to receive Distemper/Acrylic emulsion paint<br />

including scraping and preparing the surface throughly,<br />

complete as per manufacturer's specification and as per<br />

direction of the EIC.<br />

Two coats<br />

% Sqm 14.32<br />

i)Solvent based interior grade Acrylic primer<br />

5 Applying Acrylic Emulsion Paint, having VOC (Volatile<br />

Organic Compound) content less than 50 grams/ litre, of<br />

approved make and brand on walls and ceiling including<br />

sand papering in intermediate coats including putty (to be<br />

done under specific instruction of S.E.):<br />

Two coats<br />

a i) Luxury quality Sqm 1,432.09<br />

6 Painting <strong>with</strong> best quality synthetic enamel paint having low<br />

VOC (Volatile Organic Compound ) of approved make and<br />

brand including smoothening surface by sand papering etc.<br />

including using of approved putty etc. on the surface if<br />

necessary<br />

iv) Two coats ( <strong>with</strong> any shade except white )<br />

Sqm 175.19<br />

7(a)<br />

7(b)<br />

Priming one coat on Timber or plastered surface <strong>with</strong><br />

synthetic oil bound primer having low VOC (Volatile<br />

Organic Compound ) of approved quality including<br />

smoothening surfaces by sand papering etc.<br />

Priming one coat on steel or other metal surface <strong>with</strong><br />

synthetic oil bound primer of approved quality including<br />

smoothening surfaces by sand papering etc.<br />

Sqm 93.94<br />

Sqm 81.25<br />

H ROOF TREATMENT<br />

1 Providing and fixing Heat Resistant Terrace Tiles (300 mm<br />

x 300 mm x 20 mm) <strong>with</strong> SRI (solar refractive index) > 78,<br />

solar reflection > 0.70 and initial emittance > 0.75 on<br />

waterproof and surface of terrace, laid on 20 mm thick<br />

cement sand mortar in the ratio of 1:4 (1 cement : 4 coarse<br />

97<br />

Sqm 120.47


sand) and grouting the joints <strong>with</strong> mix of white cement &<br />

marble powder in ratio of 1:1, including rubbing and<br />

polishing of the surface upto 3 cuts complete, including<br />

providing skirting upto 150 mm height along the parapet<br />

walls in the same manner.<br />

2 Providing & fixing on roof pressed clay tile (Mangalore<br />

tile) of 20 mm nominal thickness and of approved size and<br />

as per approved pattern<br />

3 Providing Waterproofing treatment over concrete roof<br />

surface old or new ( by the application of 2 coats of slurry<br />

prepared <strong>with</strong> latex of approved brand , water and cement in<br />

the proportion of ( l.PW CEMENT 1:4:6) by volume ,<br />

<strong>with</strong> brush in a time gap of minimum 4(four) hours to<br />

14(fourteen hours between the two layers, laying 20mm<br />

thick & sand & cement consolidated plaster (1:4) admixed<br />

<strong>with</strong> plastocrete super of approved brand 0.2% by weight of<br />

cement, laying flat 1st class Brick Bats/ Bricks over the<br />

mortar keeping a gap of 10-20mm between two bats, filling<br />

the vertical joints <strong>with</strong> the a<strong>for</strong>esaid mortar, providing a<br />

second layer of 20mm thick sand & cement plaster (1:4)<br />

admixed <strong>with</strong> plastocrete super as above over the brick<br />

layer, the top surface of the treatment should be chequered<br />

to provide the antistrip property<br />

a) By Bricks ( cement 25.66 kg/sqm.)<br />

4 Supplying, fitting and fixing P.V.C. pipes of approved make<br />

of (medium duty) con<strong>for</strong>ming to ASTMD - 1785 and<br />

threaded to match <strong>with</strong> GI pipes as per IS:1239 (Part-I) <strong>with</strong><br />

all necessary accessories, specials viz. socket, bend, tee,<br />

union, cross, elbow, nipple, long screw, reducing socket,<br />

reducing tee, short piece, etc. fitted <strong>with</strong> holder bats clamps,<br />

including cutting pipes, making threads, fitting, fixing etc.<br />

complete in all respect including cost of all necessary<br />

fittings as required, jointing materials and two coats of<br />

painting <strong>with</strong> approved paint in any position above ground.<br />

For exposed work<br />

PVC pipes<br />

100 dia P.V.C. pipe<br />

Sq.m 136.54<br />

Sq.m 257.01<br />

Mtrs 28.00<br />

SCHEDULE OF QUANTITIES FOR OFFICE<br />

A. EARTHWORK<br />

1 Earth work in excavation of foundation trenches or drains.<br />

in all sorts of soil (including mixed spoil but excluding<br />

laterite or sandstone) including removing. Spreading or<br />

stacking the spills <strong>with</strong>in a lead of 75 m. as directed. The<br />

item includes necessary trimming the sides of trenches.<br />

levelling. dressing and ramming the bottom. bailing out<br />

water as required complete<br />

a Depth of foundation upto 1500mm %Cum 3.34<br />

b Depth of foundation exceeding 1500mm %Cum 1.0<br />

2 Earth work is filling in foundation trenches or plinth <strong>with</strong><br />

good earth in layers not exceeding 150 mm. including<br />

watering and ramming etc. layer by layer<br />

98


complete.(Payment to be made on basis of measurement of<br />

finished quantity of work).<br />

a With earth obtained from excavation of foundation. %Cum 3.19<br />

b With carried earth arranged by contractor <strong>with</strong>in a radius of %Cum 0.25<br />

3km including cost of carried earth<br />

3(a) Anti termite treatment to the top surface of the consolidated<br />

earth <strong>with</strong>in plinth walls <strong>with</strong> chemical emulsion by<br />

admixing chloropyrofos emulsifiable concentrates ( 1%<br />

concentration) <strong>with</strong> water by weight at the rate of 5 Litres<br />

per Sq.M of the surface be<strong>for</strong>e sand bed or sub-grade is<br />

laid. Holes upto 50 mm. to 75 mm. deep at 150 mm. centre<br />

to centre both ways shall be made <strong>with</strong> 12 mm, diameter<br />

mild steel rod on the surface to facilitate saturation of the<br />

soil <strong>with</strong> the chemical emulsion. The work shall be carried<br />

out as per specification described in para 6.4 of code IS-<br />

6313 (part -II) 1981. (Mode of measurement will be per<br />

Sq.M of plan area of plinth treated.)<br />

Sqm 58.65<br />

3(b)<br />

Pre-constructional ant termite measures<br />

Treatment to the back filling of RCC foundation <strong>with</strong><br />

chemical emulsion by admixing Chloropyrofos emulsifiable<br />

concentrate (1% concentration) <strong>with</strong> water by weight @ 7.5<br />

liters per sqm of the vertical surface of the substructure of<br />

each side of the foundation. The work shall be carried out as<br />

per specification as described in para 6.3.1 of code IS-6313<br />

(part-II) 1981 (Mode of measurement will be per sq.m. of<br />

vertical area of foundation treated).<br />

Sqm<br />

203.00<br />

4 Filling in foundation or plinth by silver sand in layers not<br />

exceeding 150mm by thorough saturation <strong>with</strong> water,<br />

ramming complete exceeding 150 mm as directed and<br />

consolidating the same including the cost of supply of sand.<br />

(Payment to be made on measurement of finished quantity)<br />

%Cum. 0.86<br />

B. CEMENT CONCRETE WORK<br />

1 Ordinary cement concrete (mix 1:2:4) <strong>with</strong> graded stone<br />

chips (20mm nominal size) excluding shuttering and<br />

rein<strong>for</strong>cement, if any, in ground floor as per relevant IS<br />

code<br />

(a) Pakur variety Cum 40.75<br />

2 Controlled Cement concrete <strong>with</strong> well graded stone chips<br />

(20 mm nominal size ) excluding shuttering and<br />

rein<strong>for</strong>cement <strong>with</strong> complete design of concrete as per IS :<br />

456 and relevant special publications submission of job mix<br />

<strong>for</strong>mula after preliminary mix design after testing of<br />

concrete cubes as per direction of Engineer-in charge<br />

Consumption of cement will not be less than 300 Kg of<br />

cement <strong>with</strong> Super plasticiser per cubic meter of controlled<br />

concrete but actual consumption will be determined on the<br />

basis of preliminary test and job mix <strong>for</strong>mula. In ground<br />

floor and foundation.<br />

(i) Pakur Variety<br />

[using concrete mixture]<br />

M 25 Grade<br />

upto plinth Cum 120.37<br />

Ground Floor Cum 69.29<br />

1st Floor Cum 53.25<br />

99


Above Roof Cum 18.68<br />

3 Hire and labour charges <strong>for</strong> shuttering <strong>with</strong> centering and<br />

necessary staging upto 4 m using approved stout props and<br />

thick hard wood planks of approved thickness <strong>with</strong> required<br />

bracing <strong>for</strong> concrete slabs , beams, m columns , lintels<br />

curved or straight including fitting , fixing and striking out<br />

after completion of works (upto roof of ground floor)<br />

ply shuttering<br />

upto plinth Sqm 245.13<br />

Ground Floor Sqm 496.94<br />

1st Floor Sqm 454.16<br />

Above Roof Sqm 163.93<br />

4 Rein<strong>for</strong>cement <strong>for</strong> rein<strong>for</strong>ced concrete work in the all sorts<br />

of structures including distribution bars, stirrups, binders<br />

etc. including supply of rods , initial straightening and<br />

removal of loose rust (if necessary), cutting to requisite<br />

length, hooking and bending to correct shape, placing in<br />

proper position and binding <strong>with</strong> 16 gauge black annealed<br />

wire at every intersection, complete as per drawing and<br />

direction<br />

tor steel/ Mild steel M.T. 25.00<br />

C BRICKWORK<br />

1 Single brick flat soling of picked jhama bricks including<br />

ramming and dressing bed to proper level and filling joints<br />

<strong>with</strong> powdered earth or local sand.<br />

Sqm 296.34<br />

2 Brick work <strong>with</strong> 1st class bricks in cement mortar (1:6)<br />

upto plinth Cum 7.33<br />

Ground Floor Cum 57.22<br />

1st Floor Cum 78.55<br />

3 125mm thick brick work <strong>with</strong> 1st class bricks in cement<br />

mortar (4:1) in different floors.<br />

Ground Floor Sqm 293.20<br />

1st Floor Sqm 208.94<br />

D PLASTERING<br />

1 Plaster (to wall , floor, ceiling etc) <strong>with</strong> sand and cement<br />

mortar including rounding off or chamfering corners as<br />

directed and raking out joints or roughening of concrete<br />

surface , including throating , nosing and drip course where<br />

necessary<br />

a)20 mm thick plaster (External) 1:4<br />

Ground floor Sqm 360.50<br />

1st floor Sqm 288.05<br />

Mumty Sqm 249.20<br />

b) 15 mm thick plaster (Internal) 1:4<br />

Ground floor Sqm 685.38<br />

1st floor Sqm 357.00<br />

Mumty Sqm 57.35<br />

c)10 mm thick plaster (Ceiling) 1:4<br />

Ground floor Sqm 369.58<br />

1st floor Sqm 324.91<br />

Mumty Sqm 112.07<br />

E FLOORING<br />

1 Supplying and laying true to line and level vitrified tiles of Sqm 426.00<br />

100


approved brand (size not less than 600 mm X 600 mm X10<br />

mm thick) in floor, skirting etc. set in 20 mm sand cement<br />

mortar (1:4) and 2 mm thick cement slurry backside of tiles<br />

using cement @ 2.91Kg./Sq.M or using polymerised<br />

adhesive (6mm thick layer applied directly over finished<br />

artificial stone floor/ Mosaic etc <strong>with</strong>out any backing course<br />

) laid after application slurry using 1.75kg of cement per<br />

sqm below mortar only, joints grouted <strong>with</strong> admixture of<br />

white cement & colouring pigment to match <strong>with</strong> colour of<br />

tiles/ epoxy grout materials of approved make as directed &<br />

removal of wax coating of top surface of tiles <strong>with</strong> warm<br />

water & polishing the tiles using soft & dry cloth upto<br />

mirror finish complete including the cost of materials,<br />

labour and all other incidental charges complete true to the<br />

manufacturer's specification and direction of Engineer-in-<br />

Charge. (white cement, synthetic adhesive and grout<br />

material to be supplied by agency)<br />

(I).(B) Light Colour<br />

2 Supplying, fitting & fixing 1st quality ceramic tiles of any<br />

size having mat finish in walls <strong>with</strong> cement sand mortar<br />

(1:4) 20mm thk and cement slurry 2 mm thk. At back side<br />

of tiles using cement @2.91 kg/Sqm & Joint filling using<br />

white cement slurry @ 0.20 Kg/Sqm (Coloured decorative)<br />

F DOOR/WINDOWS<br />

1 Wood work in door frame fitted & fixed complete including<br />

a protective coat of painting at the contact surface of the<br />

frame excluding cost of conc. Iron butt hinges and MS<br />

clamp.<br />

a) Sal wood<br />

2 Supplying solid flush type doors of commercial quality, the<br />

timber frame consisting of top and bottom rails an side<br />

styles of well seasoned timber 65 mm wide each and the<br />

entire frame fitted <strong>with</strong> 37.5mm wide battens placed both<br />

ways in order to make the door of solid core and internal<br />

lipping <strong>with</strong> garjan or similar wood veneers using phenol<br />

<strong>for</strong>maldehyde as glue etc. complete including fitting, fixing<br />

shutters in position but excluding the cost of hinges and<br />

other fittings.<br />

35 mm thick shutters ( single leaf)<br />

3 Providing and fixing double glazed hermetically sealed<br />

glazing in aluminium windows, ventilators and partition etc.<br />

<strong>with</strong> 6 mm thick clear float glass both side, having 12 mm<br />

air gap, including providing EPDM gasket, per<strong>for</strong>ated<br />

aluminium spacers, desiccants, sealant (Both primary and<br />

secondary sealant) etc. as per specifications, drawings and<br />

direction of Engineer-in-charge complete.<br />

Sqm 99.53<br />

Cum 1.01<br />

Sqm 51.71<br />

Sqm 67.34<br />

4 Wood work in upper rails of railing, hand rail of staircase<br />

etc including necessary fitted and fixed complete (<strong>for</strong><br />

purpose of payment section will be measured in the square)<br />

a) Sal wood Cum 0.23<br />

5 M.S or W.I ornamental grill or approved design joints<br />

continuously welded <strong>with</strong> M.S, W.I flats and bars <strong>for</strong><br />

windows, railing etc fitted and fixed <strong>with</strong> necessary screws<br />

and lugs (i)Grill weighing above 10 Kg /sq.mtr and up to16<br />

Kg./sq.mtr .<br />

101


Ground Floor Qntl 5.50<br />

First Floor Qntl 6.50<br />

6 Iron Butt hinges of approved quality fitted and fixed <strong>with</strong><br />

steel screws <strong>with</strong> ISI marks (100mm x 58mm x 1.9mm )<br />

Nos 57.00<br />

7 Anodised aluminium tower bolt full covered of approved<br />

manufactured from extruded section con<strong>for</strong>ming to IS<br />

204/74 fitted and fixed <strong>with</strong> cadmium plated screws:<br />

i) 225 mm long x 10mm dia bolt Nos 19.00<br />

8 Supplying Godrej Mortice lock Chromium plated <strong>with</strong><br />

Latch and keys four level including fitting and fixing<br />

complete<br />

G FINISHING<br />

1 Rendering the surface of walls and ceiling <strong>with</strong> white<br />

cement based wall putty of approved make and<br />

brand(1.5mm thick)<br />

2 Applying Exterior grade Acrylic primer of approved,<br />

quality and brand on plastered or concrete surface old or<br />

new surface to receive decorative textured(matt finish) or<br />

smooth finish acrylic exterior emulsion paint including<br />

scraping and preparing the surface thoroughly, complete as<br />

per manufacturer's specification and as per direction of the<br />

EIC.<br />

In Ground Floor:<br />

(a) One Coat<br />

3 Protective and Decorative Textured exterior high class matt<br />

finish paint of approved quality, composed of special<br />

Thermoplastics Resin containing fine crystalline additives<br />

derive from Granite as per manufacture's specification and<br />

as per direction of EIC to be applied over acrylic primer as<br />

required. The rate includes cost of material, labour,<br />

scaffolding and all incidental charges but excluding the<br />

cost of primer.<br />

Nos<br />

19.00<br />

Sqm 1,906.29<br />

% Sqm 8.98<br />

Sqm 897.75<br />

Ground Floor<br />

Two coats.<br />

4 Applying Interior grade acrylic primer, having low VOC<br />

(Volatile Organic Compound ) content, of approved quality<br />

and brand on plastered or concrete surface old or new<br />

surface to receive Distemper/Acrylic emulsion paint<br />

including scraping and preparing the surface throughly,<br />

complete as per manufacturer's specification and as per<br />

direction of the EIC.<br />

Two coats<br />

% Sqm 19.06<br />

ii)Solvent based interior grade Acrylic primer<br />

5 Applying Acrylic Emulsion Paint, having VOC (Volatile<br />

Organic Compound) content less than 50 grams/ litre, of<br />

approved make and brand on walls and ceiling including<br />

sand papering in intermediate coats including putty (to be<br />

done under specific instruction of S.E.):<br />

Two coats<br />

ii) Luxury quality Sqm 1,906.29<br />

6 Painting <strong>with</strong> best quality synthetic enamel paint having low<br />

VOC (Volatile Organic Compound ) of approved make and<br />

Sqm 178.42<br />

102


and including smoothening surface by sand papering etc.<br />

including using of approved putty etc. on the surface if<br />

necessary<br />

iv) Two coats ( <strong>with</strong> any shade except white )<br />

With super g<br />

7(a) Priming one coat on Timber or plastered surface <strong>with</strong> Sqm 103.42<br />

synthetic oil bound primer having low VOC (Volatile<br />

Organic Compound ) of approved quality including<br />

smoothening surfaces by sand papering etc.<br />

7(b) On steel or other metal surface: Sqm 75.00<br />

H ROOF TREATMENT<br />

1 Providing and fixing Heat Resistant Terrace Tiles (300 mm<br />

x 300 mm x 20 mm) <strong>with</strong> SRI (solar refractive index) > 78,<br />

solar reflection > 0.70 and initial emittance > 0.75 on<br />

waterproof and sloped surface of terrace, laid on 20 mm<br />

thick cement sand mortar in the ratio of 1:4 (1 cement : 4<br />

coarse sand) and grouting the joints <strong>with</strong> mix of white<br />

cement & marble powder in ratio of 1:1, including rubbing<br />

and polishing of the surface upto 3 cuts complete, including<br />

providing skirting upto 150 mm height along the parapet<br />

walls in the same manner.<br />

2 Providing & fixing on roof pressed clay tile (Mangalore<br />

tile) of 20 mm nominal thickness and of approved size and<br />

as per approved pattern<br />

3 Providing Waterproofing treatment over concrete roof<br />

surface old or new ( by the application of 2 coats of slurry<br />

prepared <strong>with</strong> latex of approved brand , water and cement in<br />

the proportion of ( l.PW CEMENT 1:4:6) by volume ,<br />

<strong>with</strong> brush in a time gap of minimum 4(four) hours to<br />

14(fourteen hours between the two layers, laying 20mm<br />

thick & sand & cement consolidated plaster (1:4) admixed<br />

<strong>with</strong> plastocrete super of approved brand 0.2% by weight of<br />

cement, laying flat 1st class Brick Bats/ Bricks over the<br />

mortar keeping a gap of 10-20mm between two bats, filling<br />

the vertical joints <strong>with</strong> the a<strong>for</strong>esaid mortar, providing a<br />

second layer of 20mm thick sand & cement plaster (1:4)<br />

admixed <strong>with</strong> plastocrete super as above over the brick<br />

layer, the top surface of the treatment should be chequered<br />

to provide the antistrip property<br />

a) By Bricks ( cement 25.66 kg/sqm.)<br />

4 Supplying, fitting and fixing P.V.C. pipes of approved make<br />

of (medium duty) con<strong>for</strong>ming to ASTMD - 1785 and<br />

threaded to match <strong>with</strong> GI pipes as per IS:1239 (Part-I) <strong>with</strong><br />

all necessary accessories, specials viz. socket, bend, tee,<br />

union, cross, elbow, nipple, long screw, reducing socket,<br />

reducing tee, short piece, etc. fitted <strong>with</strong> holder bats clamps,<br />

including cutting pipes, making threads, fitting, fixing etc.<br />

complete in all respect including cost of all necessary<br />

fittings as required, jointing materials and two coats of<br />

painting <strong>with</strong> approved paint in any position above ground.<br />

For exposed work<br />

PVC<br />

pipes<br />

100 dia P.V.C. pipe<br />

Sq.m 69.23<br />

Sq.m 160.23<br />

Sq.m 229.46<br />

Mtrs 28.00<br />

SCHEDULE OF QUANTITIES FOR PHED OFFICE<br />

103


BUILDING<br />

1.0 Wiring <strong>for</strong> light point / fan point / exhaust fan point / call<br />

bell point <strong>with</strong> 1.5 sq.mm FR PVC insulated copper<br />

conductor single core cable in surface / recessed medium<br />

class PVC casing-caping, <strong>with</strong> piano key type switch, cover,<br />

suitable GI box and earthing the point <strong>with</strong> 1.5 sq.mm. FR<br />

PVC insulated copper conductor single core cable etc as<br />

required. Group-B<br />

2.0 Wiring <strong>for</strong> twin control light point <strong>with</strong> 1.5 sq.mm FR PVC<br />

insulated copper conductor single core cable in surface /<br />

recessed medium class PVC conduit, 2 way piano type<br />

switch, phenolic laminated sheet, suitable size MS box and<br />

earthing the point <strong>with</strong> 1.5 sq.mm. FR PVC insulated<br />

copper conductor single core cable etc as required.<br />

Point<br />

Point<br />

76<br />

2<br />

3.0 Wiring <strong>for</strong> circuit / sub main wiring along <strong>with</strong> earth wire<br />

<strong>with</strong> the following sizes of FR PVC insulated copper<br />

conductor, single core cable in existing / pre-laid surface/<br />

recessed medium class PVC conduit as required.<br />

3.1 2 X 1.5 sq. mm + 1 X 1.0 sq. mm earth wire Metre 310<br />

3.2 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire Metre 225<br />

3.3 2 X 4.0 sq. mm + 1 X 4 sq. mm earth wire Metre 15<br />

3.4 2 X 6 sq. mm + 1 X 6 sq. mm earth wire Metre 30<br />

3.5 2 X 10 sq. mm + 1 X 10 sq. mm earth wire Metre 15<br />

3.6 2 X 16 sq. mm + 1 X 16 sq. mm earth wire Metre 20<br />

4.0 Supplying and drawing following pair 0.5 sq mm FR PVC<br />

insulated annealed copper conductor, unarmored telephone<br />

cable in the existing surface / recessed steel / PVC conduit<br />

as required.<br />

2 Pair Metre 180<br />

5.0 Supplying and drawing co-axial TV cable RG-6 grade, 0.7<br />

mm solid copper conductor PE insulated, shielded <strong>with</strong> fine<br />

tinned copper braid and protected <strong>with</strong> PVC sheath in the<br />

existing surface / recessed steel / PVC conduit as required.<br />

Metre 1<br />

6.0 Supplying and fixing of following sizes of medium class<br />

PVC conduit along <strong>with</strong> accessories in surface / recess<br />

including cutting the wall and making good the same in case<br />

of recessed conduit as required.<br />

6.1 20 mm Metre 100<br />

6.2 25 mm Metre 50<br />

6.3 32 mm Metre 30<br />

7.0 Supplying and fixing metal box of following sizes (nominal<br />

size) on surface or in recess <strong>with</strong> suitable size of phenolic<br />

laminated sheet cover in front including painting etc as<br />

required.<br />

7.1 75 mm X 75 mm X 60 mm deep Each 4<br />

7.2 100 mm X 100 mm X 60 mm deep Each 4<br />

7.3 150 mm X 75 mm X 60 mm deep Each 12<br />

7.4 150 mm X 150 mm X 60 mm deep Each 2<br />

7.5 200 mm X 125 mm X 60 mm deep Each 9<br />

7.6 250 mm X 200 mm X 60 mm deep Each 4<br />

7.7 300 mm X 250 mm X 60 mm deep Each 1<br />

8.0 Supplying and fixing following piano type switch / socket<br />

on the existing switch box / cover including connections etc.<br />

as required.<br />

104


8.1 5/6 amps switch Each 30<br />

8.2 15/16 amp switch Each 13<br />

8.3 3 pin 5/6 amp socket outlet Each 30<br />

8.4 6 pin 15/16 amp socket outlet Each 13<br />

8.5 Telephone socket outlet Each 10<br />

8.6 TV antenna socket outlet Each 1<br />

8.7 Bell push Each 2<br />

9.0 Supplying and fixing stepped type electronic fan regulator<br />

on the existing modular plate switch box including<br />

connections but excluding modular plate etc. as required.<br />

Each 10<br />

10.0 Supplying and fixing 3 pin, 5 amp ceiling rose on the<br />

existing junction box / wooden block including connection<br />

etc. as required.<br />

Each 31<br />

11.0 Supplying and fixing brass batten / angle holder including<br />

connection etc. as required.<br />

Each 33<br />

12.0 Erection of wall bracket / ceiling fittings of all sizes and<br />

shapes containing upto two CFL / GLS lamps per fitting,<br />

complete <strong>with</strong> all accessories including connection etc. as<br />

required.<br />

Each 33<br />

13.0 Supplying and fixing call bell / buzzer suitable <strong>for</strong> single<br />

phase, 230 volts, complete as required.<br />

Each 2<br />

14.0 Installation, testing and commissioning of pre-wired,<br />

fluorescent fitting / compact fluorescent fitting of all types,<br />

<strong>with</strong> all accessories and tube etc. directly on ceiling/ wall,<br />

including connection <strong>with</strong> 1.5 sq. mm FR PVC insulated,<br />

copper conductor, single core cable and earthing etc. as<br />

required.<br />

Each 26<br />

15.0 Installation, testing and commissioning of ceiling fan,<br />

including wiring the down rods of standard length (upto 30<br />

cm) <strong>with</strong> 1.5 sqmm FR PVC insulated, copper conductor,<br />

single core cable etc. as required.<br />

Each 10<br />

16.0 Supplying and fixing extra down rod of 10 cm length G.I.<br />

pipe, 15 mm dia, heavy gauge including painting etc. as<br />

required. (Note : More than 5 cm length shall be rounded to<br />

the nearest 10 cm and 5 cm or less shall be ignored)<br />

17.0 Supplying and fixing extra conduit down rod of 20 cm<br />

length G.I. pipe 15 mm dia, heavy gauge including painting<br />

etc. as required. (Note : More than 5 cm length shall be<br />

rounded to the nearest 10 cm and 5 cm or less shall be<br />

ignored)<br />

Each 20<br />

Each 10<br />

18.0 Numbering of ceiling fan / exhaust fan / fluorescent fittings<br />

as required.<br />

Each 78<br />

19.0 Installation of exhaust fan in the existing opening, including<br />

making good the damage, connection, testing,<br />

commissioning etc. as required.<br />

Upto 450 mm sweep Each 5<br />

105


20.0 Extra <strong>for</strong> fixing the louvers / shutters complete <strong>with</strong> frame<br />

<strong>for</strong> a exhaust fan of all sizes.<br />

Each 5<br />

21.0 Providing and fixing following capacity TP&N<br />

disconnector fuse switch unit inside the existing panel board<br />

<strong>with</strong> ISI marked HRC fuses including drilling holes in<br />

cubicle panel, making connections, etc. as required.<br />

21.1 32 Amp TP&N Each 1<br />

21.2 63 Amp TP&N Each 1<br />

22.0 Supplying and fixing following way, single pole and<br />

neutral, sheet steel, MCB distribution board, 240 volts, on<br />

surface/ recess, complete <strong>with</strong> tinned copper bus bar,<br />

neutral bus bar, earth bar, din bar, interconnections, powder<br />

painted including earthing etc. as required. (But <strong>with</strong>out<br />

MCB / RCCB / Isolator)<br />

22.1 2 + 4 way, Double door Each 2<br />

22.2 2 + 6 way, Double door Each 1<br />

22.3 2 + 8 way, Double door Each 3<br />

22.4 2 + 12 way, Double door Each 1<br />

23.0 Supplying and fixing following way, horizontal type three<br />

pole and neutral, sheet steel, MCB distribution board, 415<br />

volts, on surface / recess, complete <strong>with</strong> tinned copper bus<br />

bar, neutral bus bar, earth bar, din bar, interconnections,<br />

powder painted including earthing etc. as required. (But<br />

<strong>with</strong>out MCB / RCCB / Isolator)<br />

4 way (4 + 12), Double door Each 1<br />

24.0 Supplying and fixing 5 amps to 32 amps rating, 240/415<br />

volts, "C" curve, miniature circuit breaker suitable <strong>for</strong><br />

inductive load of following poles in the existing MCB DB<br />

complete <strong>with</strong> connections, testing and commissioning etc.<br />

as required.<br />

24.1 Single pole Each 34<br />

24.2 Double pole Each 5<br />

24.3 Triple pole Each 1<br />

24.4 Four pole Each 1<br />

25.0 Supplying and fixing single pole blanking plate in the<br />

existing MCB DB complete etc. as required.<br />

26.0 Providing and fixing M.V. danger notice plate of 200 mm X<br />

150 mm, made of mild steel, at least 2 mm thick, and<br />

vitreous enameled white on both sides, and <strong>with</strong> inscription<br />

in single red colour on front side as required.<br />

27.0 Earthing <strong>with</strong> G.I. earth pipe 4.5 metre long, 40 mm dia<br />

including accessories, and providing masonry enclosure<br />

<strong>with</strong> cover plate having locking arrangement and watering<br />

pipe etc. <strong>with</strong> charcoal / coke and salt as required.<br />

Each 4<br />

Each 1<br />

Each 1<br />

28.0 Supplying and laying 6 SWG G.I. wire at 0.50 metre below<br />

ground level <strong>for</strong> conductor earth electrode, including<br />

connection / termination <strong>with</strong> GI thimble etc. as required.<br />

Metre 5<br />

29.0 Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre<br />

below ground as strip earth electrode, including connection<br />

/ terminating <strong>with</strong> G.I. nut, bolt, spring, washer etc. as<br />

required. (Jointing shall be done by overlapping and <strong>with</strong> 2 Metre 5<br />

106


sets of G.I. nut bolt & spring washer spaced at 50mm<br />

30.0 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia<br />

G.I. pipe from earth electrode including connection <strong>with</strong><br />

G.I. nut, bolt, spring, washer excavation and re-filling etc.<br />

as required.<br />

31.0 Providing and laying earth connection from earth electrode<br />

<strong>with</strong> 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from<br />

earth electrode including connection <strong>with</strong> G.I. thimble<br />

excavation and re-filling as required.<br />

32.0 Providing and fixing 25 mm X 5 mm G.I. strip on surface or<br />

in recess <strong>for</strong> connections etc. as required.<br />

33.0 Providing and fixing 6 SWG dia G.I. wire on surface or in<br />

recess <strong>for</strong> loop earthing as required.<br />

34.0 Providing and fixing of lightning conductor finial, made of<br />

25 mm dia 300mm long, G.I. tube, having single prong at<br />

top, <strong>with</strong> 85mm dia 6mm thick G.I. base plate including<br />

holes etc. complete as required.<br />

35.0 Jointing copper / G.I. tape (<strong>with</strong> another copper/ G I tape,<br />

base of the finial or any other metallic object) by riveting /<br />

nut bolting / sweating and soldering etc as required.<br />

36.0 Providing and fixing G.I. tape 20 mm X 3 mm thick on<br />

parapet or surface of wall <strong>for</strong> lightning conductor complete<br />

as required. (For horizontal run)<br />

37.0 Providing and fixing G.I. tape 20 mm X 3 mm thick on<br />

parapet or surface of wall <strong>for</strong> lightning conductor complete<br />

as required. (For vertical run)<br />

Metre 5<br />

Metre 5<br />

Metre 5<br />

Metre 2<br />

Each 1<br />

Each 8<br />

Metre 92<br />

Metre 15<br />

38.0 Providing and fixing testing joint, made of 20 mm X 3 mm<br />

thick G.I. strip, 125 mm long, <strong>with</strong> 4 nos. of G.I. bolts, nuts,<br />

chuck nuts and spring washers etc. complete as required.<br />

Each 1<br />

39.0 Supplying and fixing 40 amps to 63 amps rating, 240/415<br />

volts, "C" curve, miniature circuit breaker suitable <strong>for</strong><br />

inductive load of following poles in the existing MCB DB<br />

complete <strong>with</strong> connections, testing and commissioning etc.<br />

as required.<br />

39.1 Double pole Each 1<br />

39.2 Four pole Each 1<br />

40.0 Providing and fixing following capacity DP disconnector<br />

fuse switch unit inside the existing panel board <strong>with</strong> ISI<br />

marked HRC fuses including drilling holes in cubicle panel,<br />

making connections, etc. as required.<br />

40.1 32 Amp DP Each 1<br />

40.2 63 Amp DP Each 1<br />

41.0 Providing and fixing testing joint, made of 25 mm X 5 mm<br />

thick G.I. strip, 125 mm long, <strong>with</strong> 4 nos. of G.I. bolts, nuts,<br />

chuck nuts and spring washers etc. complete as required.<br />

Each 1<br />

42.0 Providing and fixing earth bus of 25 mm X 6 mm copper Metre 0.25<br />

107


strip on surface <strong>for</strong> connections etc. as required.<br />

43.0 Providing and fixing solar panel & lighting system<br />

including all accessories as required.<br />

For 5 KW load connected to the main panel, Inclusive of<br />

panels<br />

44.0 Supply and fixing of 20 pair telephone junction box<br />

“Krone” make on wall <strong>with</strong> hinged cover and screwed type<br />

tag strips complete <strong>with</strong> chase cutting, mending good,<br />

painting etc. as required.<br />

45.0 Supply and fixing on wall recessed type D - Link make<br />

Computer data socket (RJ 45) <strong>with</strong> mounting box & front<br />

plate as shown in the drawing complete <strong>with</strong> chase cutting,<br />

mending good etc. as required.<br />

46.0 Supplying and laying of CAT – 6e cables through pre-laid<br />

rigid PVC conduit as shown in the drawing or otherwise as<br />

directed by the consultant from server to HUB, HUB to<br />

Computer Data Socket including interconnection mending<br />

good, etc. as required to be completed in all respect.<br />

Job 1<br />

Each 1<br />

Each 4<br />

Metre 200<br />

47.0 Supplying and laying of 20 pair 0.50 mm dia armoured<br />

Telephone cable on surface by M.S bar saddles complete<br />

<strong>with</strong> termination etc, as required.<br />

Metre 100<br />

48.0 Supply of following fittings & fixtures <strong>with</strong> all accessories<br />

as required complete.<br />

48.1 Similar to Phillips type : FCS518 2xPL-S/2P11W I 240V or<br />

approved quality Each 10<br />

48.2 Similar to Phillips type : BBG360 3xLXML-25-/CW WH Each 8<br />

48.3 Similar to Phillips type : BCS705 20xLXML/NW PSU-E<br />

220-240V Each 15<br />

48.4 Similar to Phillips type : V2 VECTOR 28W TCH207 Each 10<br />

48.5 Similar to Phillips type : TBX620 2x28/54W TL5 M1 Each 1<br />

48.6 Similar to Phillips type : FXC101 1xPL-S / 2P 9W AC GR Each 3<br />

48.7 Similar to Phillips type : DCP715 2xPL-C/2P-18W Each 1<br />

48.8 Similar to Phillips type : HCS 360 1xPLC/2P18W GR Each 1<br />

48.9 23W CFL <strong>for</strong> fixing on existing lamp holder Each 15<br />

48.10 1200 mm sweep ceiling fan <strong>with</strong> all accessories except<br />

Regulator off approved quality Each 10<br />

48.11 300 mm dia Exhaust fan <strong>with</strong> mounting ring & louvre etc.<br />

as complete of approved quality Each 5<br />

49.0 Supply, installation, testing and commissioning of flowing<br />

rating Automatic ON Load Source Change Over Cum Self<br />

Resetting Circuit Breaker <strong>with</strong> in built loading program of<br />

above rating in sheet steel enclosure. The Change Over<br />

Switches shall be mounted on M.S. frame work on wall.<br />

The rate shall be inclusive of supplying of all materials,<br />

making holes as required, mending good the civil damages<br />

to original finish & making interconnection complete.<br />

3 phase / 1 phase having Mains Capacity : 40A, FP; Trip<br />

Current Range : 40A, FP (WL) Each 1<br />

1 phase / 1 phase having Mains Capacity : 60A, DP; Trip<br />

Current Range : 40A, DP (WL) Each 1<br />

50.0 Supply, installation, testing and commissioning of A.C. Each 1<br />

108


power unit having suitable rating Socket and matching<br />

MCB + UVR in sheet steel enclosure ( individual / same )<br />

complete <strong>with</strong> interconnection, mending good all damages<br />

to original finish etc. as required.<br />

SCHEDULE OF QUANTITIES FOR PHED GUEST<br />

HOUSE<br />

1.0 Wiring <strong>for</strong> light point / fan point / exhaust fan point / call<br />

bell point <strong>with</strong> 1.5 sq.mm FR PVC insulated copper<br />

conductor single core cable in surface / recessed medium<br />

class PVC casing-capping, <strong>with</strong> piano key type switch,<br />

cover, suitable GI box and earthling the point <strong>with</strong> 1.5<br />

sq.mm. FR PVC insulated copper conductor single core<br />

cable etc as required.<br />

Point 101<br />

2.0 Wiring <strong>for</strong> twin control light point <strong>with</strong> 1.5 sq.mm FR PVC<br />

insulated copper conductor single core cable in surface /<br />

recessed medium class PVC conduit, 2 way piano type<br />

switch, phenolic laminated sheet, suitable size MS box and<br />

earthing the point <strong>with</strong> 1.5 sq.mm. FR PVC insulated<br />

copper conductor single core cable etc as required.<br />

Point 2<br />

3.0 Wiring <strong>for</strong> circuit / sub main wiring along <strong>with</strong> earth wire<br />

<strong>with</strong> the following sizes of FR PVC insulated copper<br />

conductor, single core cable in existing / pre-laid surface/<br />

recessed medium class PVC conduit as required.<br />

3.1 2 X 1.5 sq. mm + 1 X 1.0 sq. mm earth wire Metre 405<br />

3.2 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire Metre 125<br />

3.3 2 X 4.0 sq. mm + 1 X 4 sq. mm earth wire Metre 85<br />

3.4 2 X 6 sq. mm + 1 X 6 sq. mm earth wire Metre 30<br />

3.5 2 X 10 sq. mm + 1 X 10 sq. mm earth wire Metre 15<br />

3.6 2 X 16 sq. mm + 1 X 16 sq. mm earth wire Metre 20<br />

4.0 Supplying and drawing following pair 0.5 sq mm FR PVC<br />

insulated annealed copper conductor, unarmored telephone<br />

cable in the existing surface / recessed steel / PVC conduit<br />

as required.<br />

2 Pair Metre 140<br />

5.0 Supplying and drawing co-axial TV cable RG-6 grade, 0.7<br />

mm solid copper conductor PE insulated, shielded <strong>with</strong> fine<br />

tinned copper braid and protected <strong>with</strong> PVC sheath in the<br />

existing surface / recessed steel / PVC conduit as required.<br />

Metre 5<br />

6.0 Supplying and fixing of following sizes of medium class<br />

PVC conduit along <strong>with</strong> accessories in surface / recess<br />

including cutting the wall and making good the same in case<br />

of recessed conduit as required.<br />

6.1 20 mm Metre 150<br />

6.2 25 mm Metre 50<br />

6.3 32 mm Metre 30<br />

7.0 Supplying and fixing metal box of following sizes (nominal<br />

size) on surface or in recess <strong>with</strong> suitable size of phenolic<br />

laminated sheet cover in front including painting etc as<br />

required.<br />

7.1 75 mm X 75 mm X 60 mm deep Each 4<br />

7.2 100 mm X 100 mm X 60 mm deep Each 4<br />

7.3 150 mm X 75 mm X 60 mm deep Each 17<br />

109


7.4 150 mm X 150 mm X 60 mm deep Each 7<br />

7.5 200 mm X 125 mm X 60 mm deep Each 2<br />

7.6 250 mm X 200 mm X 60 mm deep Each 4<br />

7.7 300 mm X 250 mm X 60 mm deep Each 1<br />

8.0 Supplying and fixing following piano type switch / socket<br />

on the existing switch box / cover including connections etc.<br />

as required.<br />

8.1 5/6 amps switch Each 33<br />

8.2 15/16 amp switch Each 9<br />

8.3 3 pin 5/6 amp socket outlet Each 33<br />

8.4 6 pin 15/16 amp socket outlet Each 9<br />

8.5 Telephone socket outlet Each 8<br />

8.6 TV antenna socket outlet Each 5<br />

8.7 Bell push Each 5<br />

9.0 Supplying and fixing stepped type electronic fan regulator<br />

on the existing modular plate switch box including<br />

connections but excluding modular plate etc. as required.<br />

Each 17<br />

10.0 Supplying and fixing 3 pin, 5 amp ceiling rose on the<br />

existing junction box / wooden block including connection<br />

etc. as required.<br />

Each 41<br />

11.0 Supplying and fixing brass batten / angle holder including<br />

connection etc. as required.<br />

Each 16<br />

12.0 Erection of wall bracket / ceiling fittings of all sizes and<br />

shapes containing upto two CFL / GLS lamps per fitting,<br />

complete <strong>with</strong> all accessories including connection etc. as<br />

required.<br />

Each 39<br />

13.0 Supplying and fixing call bell / buzzer suitable <strong>for</strong> single<br />

phase, 230 volts, complete as required.<br />

Each 5<br />

14.0 Installation, testing and commissioning of pre-wired,<br />

fluorescent fitting / compact fluorescent fitting of all types,<br />

<strong>with</strong> all accessories and tube etc. directly on ceiling/ wall,<br />

including connection <strong>with</strong> 1.5 sq. mm FR PVC insulated,<br />

copper conductor, single core cable and earthing etc. as<br />

required.<br />

Each 34<br />

15.0 Installation, testing and commissioning of ceiling fan,<br />

including wiring the down rods of standard length (upto 30<br />

cm) <strong>with</strong> 1.5 sq. mm FR PVC insulated, copper conductor,<br />

single core cable etc. as required.<br />

Each 17<br />

16.0 Supplying and fixing extra down rod of 10 cm length G.I.<br />

pipe, 15 mm dia, heavy gauge including painting etc. as<br />

required. (Note : More than 5 cm length shall be rounded to<br />

the nearest 10 cm and 5 cm or less shall be ignored)<br />

Each 20<br />

17.0 Supplying and fixing extra conduit down rod of 20 cm<br />

length G.I. pipe 15 mm dia, heavy gauge including painting<br />

etc. as required. (Note : More than 5 cm length shall be<br />

rounded to the nearest 10 cm and 5 cm or less shall be<br />

ignored)<br />

Each 17<br />

18.0 Numbering of ceiling fan / exhaust fan / fluorescent fittings Each 103<br />

110


as required.<br />

19.0 Installation of exhaust fan in the existing opening, including<br />

making good the damage, connection, testing,<br />

commissioning etc. as required.<br />

Upto 450 mm sweep Each 7<br />

20.0 Extra <strong>for</strong> fixing the louvers / shutters complete <strong>with</strong> frame<br />

<strong>for</strong> a exhaust fan of all sizes.<br />

Each 7<br />

21.0 Providing and fixing following capacity TP&N<br />

disconnector fuse switch unit inside the existing panel board<br />

<strong>with</strong> ISI marked HRC fuses including drilling holes in<br />

cubicle panel, making connections, etc. as required.<br />

21.1 32 Amp TP&N Each 1<br />

21.2 63 Amp TP&N Each 1<br />

22.0 Supplying and fixing following way, single pole and<br />

neutral, sheet steel, MCB distribution board, 240 volts, on<br />

surface/ recess, complete <strong>with</strong> tinned copper bus bar,<br />

neutral bus bar, earth bar, din bar, interconnections, powder<br />

painted including earthing etc. as required. (But <strong>with</strong>out<br />

MCB / RCCB / Isolator)<br />

22.1 2 + 4 way, Double door Each 1<br />

22.2 2 + 6 way, Double door Each 2<br />

22.3 2 + 8 way, Double door Each 2<br />

22.4 2 + 12 way, Double door Each 1<br />

23.0 Supplying and fixing following way, horizontal type three<br />

pole and neutral, sheet steel, MCB distribution board, 415<br />

volts, on surface / recess, complete <strong>with</strong> tinned copper bus<br />

bar, neutral bus bar, earth bar, din bar, interconnections,<br />

powder painted including earthing etc. as required. (But<br />

<strong>with</strong>out MCB / RCCB / Isolator)<br />

4 way (4 + 12), Double door Each 1<br />

24.0 Supplying and fixing 5 amps to 32 amps rating, 240/415<br />

volts, "C" curve, miniature circuit breaker suitable <strong>for</strong><br />

inductive load of following poles in the existing MCB DB<br />

complete <strong>with</strong> connections, testing and commissioning etc.<br />

as required.<br />

24.1 Single pole Each 36<br />

24.2 Double pole Each 4<br />

24.3 Triple pole Each 1<br />

24.4 Triple pole & neutral Each 1<br />

25.0 Supplying and fixing single pole blanking plate in the<br />

existing MCB DB complete etc. as required.<br />

Each 1<br />

26.0 Providing and fixing M.V. danger notice plate of 200 mm X<br />

150 mm, made of mild steel, at least 2 mm thick, and<br />

vitreous enameled white on both sides, and <strong>with</strong> inscription<br />

in single red colour on front side as required.<br />

Each 1<br />

27.0 Earthing <strong>with</strong> G.I. earth pipe 4.5 metre long, 40 mm dia<br />

including accessories, and providing masonry enclosure<br />

<strong>with</strong> cover plate having locking arrangement and watering<br />

pipe etc. <strong>with</strong> charcoal / coke and salt as required.<br />

Each 1<br />

28.0 Supplying and laying 6 SWG G.I. wire at 0.50 metre below<br />

ground level <strong>for</strong> conductor earth electrode, including<br />

connection / termination <strong>with</strong> GI thimble etc. as required. Metre 5<br />

111


29.0 Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre<br />

below ground as strip earth electrode, including connection<br />

/ terminating <strong>with</strong> G.I. nut, bolt, spring, washer etc. as<br />

required. (Jointing shall be done by overlapping and <strong>with</strong> 2<br />

sets of G.I. nut bolt & spring washer spaced at 50mm<br />

30.0 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia<br />

G.I. pipe from earth electrode including connection <strong>with</strong><br />

G.I. nut, bolt, spring, washer excavation and re-filling etc.<br />

as required.<br />

31.0 Providing and laying earth connection from earth electrode<br />

<strong>with</strong> 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from<br />

earth electrode including connection <strong>with</strong> G.I. thimble<br />

excavation and re-filling as required.<br />

32.0 Providing and fixing 25 mm X 5 mm G.I. strip on surface or<br />

in recess <strong>for</strong> connections etc. as required.<br />

33.0 Providing and fixing 6 SWG dia G.I. wire on surface or in<br />

recess <strong>for</strong> loop earthing as required.<br />

34.0 Providing and fixing of lightning conductor finial, made of<br />

25 mm dia 300mm long, G.I. tube, having single prong at<br />

top, <strong>with</strong> 85mm dia 6mm thick G.I. base plate including<br />

holes etc. complete as required.<br />

35.0 Jointing copper / G.I. tape (<strong>with</strong> another copper/ G I tape,<br />

base of the finial or any other metallic object) by riveting /<br />

nut bolting / sweating and soldering etc as required.<br />

36.0 Providing and fixing G.I. tape 20 mm X 3 mm thick on<br />

parapet or surface of wall <strong>for</strong> lightning conductor complete<br />

as required. (For horizontal run)<br />

37.0 Providing and fixing G.I. tape 20 mm X 3 mm thick on<br />

parapet or surface of wall <strong>for</strong> lightning conductor complete<br />

as required. (For vertical run)<br />

Metre 5<br />

Metre 5<br />

Metre 5<br />

Metre 5<br />

Metre 2<br />

Each 1<br />

Each 8<br />

Metre 85<br />

Metre 15<br />

38.0 Providing and fixing testing joint, made of 20 mm X 3 mm<br />

thick G.I. strip, 125 mm long, <strong>with</strong> 4 nos. of G.I. bolts, nuts,<br />

chuck nuts and spring washers etc. complete as required.<br />

Each 1<br />

39.0 Supplying and fixing 40 amps to 63 amps rating, 240/415<br />

volts, "C" curve, miniature circuit breaker suitable <strong>for</strong><br />

inductive load of following poles in the existing MCB DB<br />

complete <strong>with</strong> connections, testing and commissioning etc.<br />

as required.<br />

39.1 Single pole Each 1<br />

39.2 Double pole Each 1<br />

39.3 Four pole Each 1<br />

40.0 Providing and fixing following capacity DP disconnector<br />

fuse switch unit inside the existing panel board <strong>with</strong> ISI<br />

marked HRC fuses including drilling holes in cubicle panel,<br />

making connections, etc. as required.<br />

40.1 32 Amp DP Each 1<br />

112


40.2 63 Amp DP Each 1<br />

41.0 Providing and fixing testing joint, made of 25 mm X 5 mm<br />

thick G.I. strip, 125 mm long, <strong>with</strong> 4 nos. of G.I. bolts, nuts,<br />

chuck nuts and spring washers etc. complete as required.<br />

Each 1<br />

42.0 Providing and fixing earth bus of 25 mm X 6 mm copper<br />

strip on surface <strong>for</strong> connections etc. as required.<br />

Metre 0.25<br />

43.0 Providing and fixing solar panel & lighting system<br />

including all accessories as required.<br />

For 5 KW load connected to the main panel, Inclusive of<br />

panels<br />

Job 1<br />

44.0 Supply and fixing of 20 pair telephone junction box<br />

“Krone” make on wall <strong>with</strong> hinged cover and screwed type<br />

tag strips complete <strong>with</strong> chase cutting, mending good,<br />

painting etc. as required.<br />

Each 1<br />

45.0 Supply and fixing on wall recessed type D - Link make<br />

Computer data socket (RJ 45) <strong>with</strong> mounting box & front<br />

plate as shown in the drawing complete <strong>with</strong> chase cutting,<br />

mending good etc. as required.<br />

Each 2<br />

46.0 Supplying and laying of CAT – 6e cables through pre-laid<br />

rigid PVC conduit as shown in the drawing or otherwise as<br />

directed by the consultant from server to HUB, HUB to<br />

Computer Data Socket including interconnection mending<br />

good, etc. as required to be completed in all respect.<br />

Metre 175<br />

47.0 Supplying and laying of 20 pair 0.50 mm dia armoured<br />

Telephone cable on surface by M.S bar saddles complete<br />

<strong>with</strong> termination etc, as required.<br />

Metre 115<br />

48.0 Supply of following fittings & fixtures <strong>with</strong> all accessories<br />

as required complete.<br />

48.1 Similar to Phillips type : FCS518 2xPL-S/2P11W I 240V Each 13<br />

48.2 Similar to Phillips type : BBG360 3xLXML-25-/CW WH Each 10<br />

48.3 Similar to Phillips type : BCS705 20xLXML/NW PSU-E<br />

220-240V Each 20<br />

48.4 Similar to Phillips type : V2 VECTOR 28W TCH207 Each 13<br />

48.5 Similar to Phillips type : TBX620 2x28/54W TL5 M1 Each 1<br />

48.6 Similar to Phillips type : FXC101 1xPL-S / 2P 9W AC GR Each 5<br />

48.7 Similar to Phillips type : DCP715 2xPL-C/2P-18W Each 1<br />

48.8 Similar to Phillips type : HCS 360 1xPLC/2P18W GR Each 1<br />

48.9 23W CFL <strong>for</strong> fixing on existing lamp holder Each 16<br />

48.10 1200 mm sweep ceiling fan <strong>with</strong> all accessories except<br />

Regulator of approved quality Each 17<br />

48.11 300 mm dia Exhaust fan <strong>with</strong> mounting ring & louvre etc.<br />

as complete of approved quality Each 7<br />

49.0 Supply, installation, testing and commissioning of following<br />

rating Automatic ON Load Source Change Over Cum Self<br />

Resetting Circuit Breaker <strong>with</strong> in built loading program of<br />

above rating in sheet steel enclosure. The Change Over<br />

Switches shall be mounted on M.S. frame work on wall.<br />

The rate shall be inclusive of supplying of all materials,<br />

making holes as required, mending good the civil damages<br />

to original finish & making interconnection complete.<br />

113


3 phase / 1 phase having Mains Capacity : 40A, FP; Trip<br />

Current Range : 40A, FP (WL) Each 1<br />

1 phase / 1 phase having Mains Capacity : 60A, DP; Trip<br />

Current Range : 40A, DP (WL) Each 1<br />

50.0 Supply, installation, testing and commissioning of A.C.<br />

power unit having suitable rating Socket and matching<br />

MCB + UVR in sheet steel enclosure ( individual / same )<br />

complete <strong>with</strong> interconnection, mending good all damages<br />

to original finish etc. as required.<br />

Each 5<br />

SCHEDULE OF QUANTITIES FOR SANITARY<br />

FITTINGS & FIXINGS FOR GUEST HOUSE<br />

A SANITARY FITTINGS & FIXINGS<br />

1 Supplying, fitting and fixing Shallow water closet Indian<br />

pattern (I.P.W.C.) of approved make in white vitreous<br />

chinaware in position complete (excluding cost of concrete<br />

<strong>for</strong> fixing)<br />

(i) 580 mm long Each 1.00<br />

2 Supplying, fitting and fixing E.W.C. in white glazed<br />

vitreous chinaware of approved make complete in position<br />

<strong>with</strong> necessary bolts, nuts, etc.<br />

With 'S' trap<br />

Each 5.00<br />

3 Supplying, fitting & fixing 10 litre low-down cistern<br />

con<strong>for</strong>ming to I.S specification <strong>with</strong> P.V.C. fittings<br />

complete, C.I. brackets including two coats of painting to<br />

bracket, etc.<br />

Each 6.00<br />

4 Supplying, fitting and fixing Closet seat of approved make<br />

<strong>with</strong> lid and C.P hinges, rubber buffer and brass screws<br />

complete.<br />

a) E.W.C.<br />

Bestolite (solid type) white Each 5.00<br />

5 Supplying, fitting and fixing white vitreous china best<br />

quality approved make wash basin <strong>with</strong> C.I. brackets on 75<br />

mm x 75 mm wooden blocks. C.P. waste fittings of 32 mm<br />

dia. one approved quality brass C.P. pillar cock of 15 mm<br />

dia., C.P. chain <strong>with</strong> rubber plug of 30 mm dia. approved<br />

quality PVC waste pipe <strong>with</strong> C.P. nut 32 mm dia. 900 mm<br />

long approved quality PVC connection pipe <strong>with</strong> heavy<br />

brass C.P nut including mending good all damages and<br />

painting the brackets <strong>with</strong> two coats of approved paint.<br />

a) 550 mm x 400 mm size Each 8.00<br />

6 Supplying, fitting and fixing porcelain soap tray of<br />

approved make<br />

Recessed soap tray of size 150 mm X 150 mm<br />

Each 8.00<br />

7 Supplying, fitting and fixing stainless steel sink complete<br />

<strong>with</strong> waste fittings and two coats of painting of C.I.<br />

brackets.(b) Sink <strong>with</strong> drain board 1050 mm X 450 mm X<br />

180 mm<br />

8 Supplying, fitting and fixing Flat back urinal (half stall<br />

urinal) in white vitreous chinaware of approved make in<br />

position <strong>with</strong> brass screws on 75 mm X 75 mm X 75 mm<br />

wooden blocks complete.<br />

Each 1.00<br />

Each 2.00<br />

114


(i) 590 mm X 390 mm X 380 mm<br />

9 Supplying, fitting and fixing urinal flush pipe fitting of<br />

approved brand<br />

(a) C.P. urinal flush pipe fittings range of one<br />

10 Supplying fitting fixing pillar cock of approved make<br />

CP Pillar cock - 15 mm.<br />

11 Supplying, fitting and fixing shower of approved brand and<br />

make. Chromium plated rose shower <strong>with</strong> revolving joint<br />

and 150 mm long shower arm (Equivalent to Code No.<br />

5489 & Model - Florentine of Jaquar or similar brand)<br />

12 Supplying, fitting and fixing of Jaquar make Health faucet<br />

(ALD-573 Hand Shower (Health Faucet) ABS Chrome<br />

Plated), <strong>with</strong> all fittings and fixtures complete as per<br />

direction of Engineer-in-Charge<br />

13 Providing and fixing brass stop cock of approved quality :<br />

15 mm nominal bore<br />

14 Supplying, fitting & fixing approved brand P.V.C<br />

CONNECTOR white flexible <strong>with</strong> both ends coupling <strong>with</strong><br />

heavy brass C.P nut, 15mm dia<br />

450 mm long<br />

B TOILET REQUIREMENTS<br />

1 Supplying, fitting and fixing bevelled edged mirror 5.5 mm<br />

thick silver red as per I.S.I specifications supported on fibre<br />

glass frame of any colour, frame size 550 mm X 400 mm.<br />

2 Supplying, fitting and fixing liquid soap container<br />

Chromium plated<br />

3 Supplying, fitting and fixing towel rail <strong>with</strong> two brackets.<br />

C.P. over brass<br />

25 mm dia 600 mm long<br />

4 Supplying, fitting and fixing dome shaped C.P. waste<br />

grating <strong>for</strong> urinals.<br />

(i) 50 mm<br />

Each 2.00<br />

Each 15.00<br />

Each 6.00<br />

Nos 6.00<br />

Each 22.00<br />

Each 14.00<br />

Each 8.00<br />

Each 8.00<br />

Each 6.00<br />

Each 7.00<br />

5 Supplying, fitting and fixing C.I. round grating<br />

a) 100 mm dia Each 15.00<br />

C WATER SUPPLY (INTERNAL & EXTERNAL)<br />

1 Supplying, fitting and fixing PVC pipes <strong>for</strong> CONCEALED<br />

work of approved make (medium duty) con<strong>for</strong>ming to<br />

ASTMD - 1785 and threaded to match <strong>with</strong> GI pipes as per<br />

IS : 1239 (Part - I ) <strong>with</strong> all necessary accessories, specials<br />

viz. socket, bend, tee, union, cross, elbo, nipple, long screw,<br />

reducing socket, reducing tee, short piece etc. fitted<br />

including cost of all materials, jointing materials, cutting<br />

pipes , making threads, cutting trenches upto 1.5 metre<br />

below surface in all sorts of soil and refilling the same as<br />

directed complete in all respect . (Payment will be made on<br />

the centre line measurement of the total pipe line including<br />

all specials . No separate payment will be made <strong>for</strong><br />

115


accessories, specials.)<br />

15 mm dia medium duty Mtrs 35.00<br />

20 mm dia medium duty Mtrs 40.00<br />

25 mm dia medium duty Mtrs 50.00<br />

32 mm dia medium duty Mtrs 40.00<br />

50 mm dia medium duty Mtrs 40.00<br />

2 Supplying, fitting and fixing gunmetal wheel valve of<br />

approved brand and make tested to 21 kg per sq. cm. (<strong>for</strong><br />

water lines only).<br />

20 mm dia Each 6.00<br />

25 mm dia Each 4.00<br />

32 mm dia Each 2.00<br />

3 Supply, fitting & fixing approved quality P.V.C. water<br />

storage tanks <strong>with</strong> closed top <strong>with</strong> lid (black) multilayer<br />

(a) 5,000 litres capacity Each 1.00<br />

D SOIL/WASTE/VENT/PIPES & SPECIALS<br />

1 Supply of UPVC pipes (B type) & fittings con<strong>for</strong>ming to IS<br />

- 13592 - 1992<br />

Single Socketed 3 Meter Length<br />

75 mm dia Mtrs 24.00<br />

110 mm dia Mtrs 109.50<br />

Fittings<br />

110 X 110 P trap<br />

75 mm<br />

110 X 110 S trap<br />

75 mm<br />

each 6.00<br />

each 7.00<br />

Double Y<br />

110 mm dia each 4.00<br />

Door Y (LH) & (RH)<br />

110 mm dia each 6.00<br />

Door Bend (T.S.)<br />

110 mm dia each 16.00<br />

Bend 87.5 degree<br />

(a) 110 mm dia each 35.00<br />

Vent<br />

(b) 110 mm<br />

Cowl<br />

each 6.00<br />

2 Labour <strong>for</strong> fitting and fixing U.P.V.C. pipes <strong>for</strong> above<br />

ground work including cost of jointing materials etc. fitting<br />

and fixing all necessary specials, cutting pipes, cutting holes<br />

in walls or R.C. floor where necessary and mending good<br />

all damages excluding the cost of masonry or concrete<br />

work, if necessary, but including the cost and fitting and<br />

fixing holder bat clamps (any floor) or <strong>for</strong> underground<br />

work including cutting trenches upto 1.5 metre and refilling<br />

the same complete as per direction of Engineer-in-charge . (<br />

Payment will be made on centre line measurement of the<br />

total pipeline including specials )<br />

(A) Above ground<br />

(i) 75 mm dia. Mtr 24.00<br />

(ii) 110 mm dia. Mtr 109.50<br />

3 Supplying, fitting & fixing approved brand 32 mm PVC<br />

waste pipe, <strong>with</strong> coupling at one end fitted <strong>with</strong> necessary<br />

No 16.00<br />

116


clamps<br />

750 mm long<br />

4 Installation of solar water heater <strong>with</strong> storage tank capacity<br />

100 LPD<br />

No 3.00<br />

5 Supply and Installation of 15 Liter Geyser No 6.00<br />

SCHEDULE OF QUANTITIES FOR SANITARY<br />

FITTINGS & FIXINGS FOR OFFICE<br />

A SANITARY FITTINGS & FIXINGS<br />

1 Supplying, fitting and fixing Shallow water closet Indian<br />

pattern (I.P.W.C.) of approved make in white vitreous<br />

chinaware in position complete (excluding cost of concrete<br />

<strong>for</strong> fixing)<br />

(i) 580 mm long each 1.00<br />

2 Supplying, fitting and fixing E.W.C. in white glazed<br />

vitreous chinaware of approved make complete in position<br />

<strong>with</strong> necessary bolts, nuts, etc.<br />

With 'S' trap<br />

each 7.00<br />

3 Supplying, fitting and fixing Closet seat of approved make<br />

<strong>with</strong> lid and C.P hinges, rubber buffer and brass screws<br />

complete.<br />

a) E.W.C.<br />

Bestolite (solid type) white Each 7.00<br />

4 Supplying, fitting & fixing 10 litre low-down cistern<br />

con<strong>for</strong>ming to I.S specification <strong>with</strong> P.V.C. fittings<br />

complete, C.I. brackets including two coats of painting to<br />

bracket, etc.<br />

Each 8.00<br />

5 Supplying, fitting and fixing white vitreous china best<br />

quality approved make wash basin <strong>with</strong> C.I. brackets on 75<br />

mm x 75 mm wooden blocks. C.P. waste fittings of 32 mm<br />

dia. one approved quality brass C.P. pillar cock of 15 mm<br />

dia., C.P. chain <strong>with</strong> rubber plug of 30 mm dia. approved<br />

quality PVC waste pipe <strong>with</strong> C.P. nut 32 mm dia. 900 mm<br />

long approved quality PVC connection pipe <strong>with</strong> heavy<br />

brass C.P nut including mending good all damages and<br />

painting the brackets <strong>with</strong> two coats of approved paint.<br />

a) 550 mm x 400 mm size Each 7.00<br />

6 Supplying, fitting and fixing porcelain soap tray of<br />

approved make<br />

Recessed soap tray of size 150 mm X 150 mm<br />

Each 7.00<br />

7 Supplying, fitting and fixing stainless steel sink complete<br />

<strong>with</strong> waste fittings and two coats of painting of C.I.<br />

brackets.<br />

(b) Sink <strong>with</strong> drain board 1050 mm X 450 mm X 180 mm<br />

8 Supplying, fitting and fixing Flat back urinal (half stall<br />

urinal) in white vitreous chinaware of approved make in<br />

position <strong>with</strong> brass screws on 75 mm X 75 mm X 75 mm<br />

wooden blocks complete.<br />

(i) 590 mm X 390 mm X 380 mm<br />

Each 1.00<br />

Each 2.00<br />

117


9 Supplying, fitting and fixing urinal flush pipe fitting of<br />

approved brand(a) C.P. urinal flush pipe fittings range of<br />

one<br />

Each 1.00<br />

10 Supplying fitting fixing pillar cock of approved make<br />

CP Pillar cock - 15 mm.<br />

15 mm nominal bore Each 18.00<br />

11 Supplying fitting fixing Urinal flush pipe fittings of<br />

approved brand<br />

Each 1.00<br />

12 Supplying, fitting and fixing shower of approved brand and<br />

make. Chromium plated rose shower <strong>with</strong> revolving joint<br />

and 150 mm long shower arm (Equivalent to Code No.<br />

5489 & Model - Florentine of Jaquar or similar brand)<br />

13 Supplying, fitting and fixing of Jaquar make Health faucet<br />

(ALD-573 Hand Shower (Health Faucet) ABS Chrome<br />

Plated), <strong>with</strong> all fittings and fixtures complete as per<br />

direction of Engineer-in-Charge<br />

14 Providing and fixing brass stop cock of approved quality :<br />

15 mm nominal bore<br />

Each 4.00<br />

Nos 7.00<br />

Each 24.00<br />

15 Supplying, fitting & fixing approved brand P.V.C<br />

CONNECTOR white flexible <strong>with</strong> both ends coupling <strong>with</strong><br />

heavy brass C.P nut, 15mm dia<br />

450 mm long Each 20.00<br />

B TOILET REQUIREMENTS<br />

1 Supplying, fitting and fixing bevelled edged mirror 5.5 mm<br />

thick silver red as per I.S.I specifications supported on fibre<br />

glass frame of any colour, frame size 550 mm X 400 mm.<br />

Each 6.00<br />

2 Supplying, fitting and fixing liquid soap container<br />

Chromium plated<br />

3 Supplying, fitting and fixing towel rail <strong>with</strong> two brackets.<br />

C.P. over brass<br />

25 mm dia 600 mm long<br />

4 Supplying, fitting and fixing dome shaped C.P. waste<br />

grating <strong>for</strong> urinals.<br />

(i) 50 mm<br />

Each 6.00<br />

Each 6.00<br />

Each 4.00<br />

5 Supplying, fitting and fixing C.I. round grating<br />

a) 100 mm dia Each 15.00<br />

C WATER SUPPLY (INTERNAL & EXTERNAL)<br />

1 Supplying, fitting and fixing PVC pipes <strong>for</strong> CONCEALED<br />

work of approved make (medium duty) con<strong>for</strong>ming to<br />

ASTMD - 1785 and threaded to match <strong>with</strong> GI pipes as per<br />

IS : 1239 (Part - I ) <strong>with</strong> all necessary accessories, specials<br />

viz. socket, bend, tee, union, cross, elbo, nipple, long screw,<br />

reducing socket, reducing tee, short piece etc. fitted<br />

including cost of all materials, jointing materials, cutting<br />

pipes , making threads, cutting trenches upto 1.5 metre<br />

below surface in all sorts of soil and refilling the same as<br />

directed complete in all respect . (Payment will be made on<br />

the centre line measurement of the total pipe line including<br />

118


all specials . No separate payment will be made <strong>for</strong><br />

accessories, specials.)<br />

15 mm dia medium duty Mtrs 35.00<br />

20 mm dia medium duty Mtrs 40.00<br />

25 mm dia medium duty Mtrs 50.00<br />

32 mm dia medium duty Mtrs 40.00<br />

50 mm dia medium duty Mtrs 40.00<br />

2 Supplying, fitting and fixing gunmetal wheel valve of<br />

approved brand and make tested to 21 kg per sq. cm. (<strong>for</strong><br />

water lines only).<br />

20 mm dia Each 8.00<br />

25 mm dia Each 4.00<br />

32 mm dia Each 2.00<br />

3 Supply, fitting & fixing approved quality P.V.C. water<br />

storage tanks <strong>with</strong> closed top <strong>with</strong> lid (black) multilayer<br />

(a) 5,000 litres capacity Each 1.00<br />

D<br />

SOIL/WASTE/VENT/PIPES & SPECIALS<br />

1 Supply of UPVC pipes (B type) & fittings con<strong>for</strong>ming to IS<br />

- 13592 - 1992<br />

Single Socketed 3 Meter Length<br />

75 mm dia Mtrs 24.00<br />

110 mm dia Mtrs 115.00<br />

Fittings<br />

110 X 110 P trap<br />

75 mm<br />

110 X 110 S trap<br />

75 mm<br />

each 6.00<br />

each 7.00<br />

Double Y<br />

110 mm dia each 4.00<br />

Door Y (LH) & (RH)<br />

110 mm dia each 6.00<br />

Door Bend (T.S.)<br />

110 mm dia each 16.00<br />

Bend 87.5 degree<br />

(a) 110 mm dia each 35.00<br />

Vent<br />

Cowl Nos 6.00<br />

(b) 110 mm<br />

2 Labour <strong>for</strong> fitting and fixing U.P.V.C. pipes <strong>for</strong> above<br />

ground work including cost of jointing materials etc. fitting<br />

and fixing all necessary specials, cutting pipes, cutting holes<br />

in walls or R.C. floor where necessary and mending good<br />

all damages excluding the cost of masonry or concrete<br />

work, if necessary, but including the cost and fitting and<br />

fixing holder bat clamps (any floor) or <strong>for</strong> underground<br />

work including cutting trenches upto 1.5 metre and refilling<br />

the same complete as per direction of Engineer-in-charge . (<br />

Payment will be made on centre line measurement of the<br />

total pipeline including specials )<br />

(A) Above ground<br />

(i) 75 mm dia. Mtr 24.00<br />

(ii) 110 mm dia. Mtr 115.00<br />

3 Supplying, fitting and fixing yard gully <strong>with</strong> approved H.C.I Each 10<br />

grating<br />

complete<br />

119


225 mm X 150 mm <strong>with</strong> 230 mm gratings<br />

4 Supplying, fitting & fixing approved brand 32 mm PVC<br />

waste pipe, <strong>with</strong> coupling at one end fitted <strong>with</strong> necessary<br />

clamps<br />

750 mm long<br />

5 Installation of solar water heater <strong>with</strong> storage tank capacity<br />

100 LPD<br />

Nos 16.00<br />

Nos 3.00<br />

6 Supply and Installation of 15 Liter Geyser Nos 6.00<br />

SCHEDULE OF QUANTITIES FOR LAND<br />

DEVELOPMENT<br />

A LAND DEVELOPMENT<br />

1 Surface dressing of ground in any kind of soil including<br />

removing of vegetation inequalities not exceeding 15 cm<br />

depth and disposal of the rubbish <strong>with</strong>in a lead up to 75m as<br />

directed<br />

2 Supplying & laying interlocking designer paver block of<br />

any shade and of approved quality as per IS: 1237-1980 laid<br />

in pattern as directed in pavement, footpath, driveway, etc<br />

including necessary underlay complete in all respect <strong>with</strong> all<br />

labour and material. [Border concrete if necessary to be<br />

paid<br />

separately]<br />

(c) 60 mm thick block (over 150 mm medium sand bed<br />

including cost of sand but excluding cost of earthwork in<br />

excavation or dismantling of existing hard surface if<br />

necessary)<br />

(i) Grey<br />

A1 FENCING<br />

1 Fixing post of iron or precast concrete by digging hole in<br />

the ground (in all sorts of soil) and embedding the same by<br />

packing the hole <strong>with</strong> cement concrete (1:3:6) (<strong>with</strong> jhama<br />

khoa. For Purulia, Bankura and Darjeeling Hill by Pakur<br />

Variety, Local Black Hard Stone & Bazree respectively)<br />

(a) Depth 450 mm. to 500 mm.<br />

2 Supplying fitting of galvanised 3ply 12 gauge/4 points lines<br />

of barbed wire in fencing & finishing the top surface to<br />

regular shape (as directed) <strong>with</strong> 15cm cement plaster (1:6)<br />

complete, including the cost of concrete, plaster etc. but<br />

excluding the cost of the postt: i) Average dia of the hole<br />

200mm to 300mm.<br />

(a) Depth 450 mm. to 500 mm.<br />

3 Supplying at site or stackyard or as directed PCC (1 : 2 :4)<br />

Fencing Post 215 cm 150 mm X 150 mm section at bottom,<br />

100 mm X 100 mm section at top <strong>with</strong> T-Base 300 mm X<br />

150 mm X 100 mm, having 4 nos 6 mm dia vertical M.S.<br />

rein<strong>for</strong>cement and 6 mm dia binders @ 200 mm centres,<br />

finished smooth etc., complete.<br />

SQM 3,650.00<br />

SQM 140.00<br />

EACH 70.00<br />

%M 2.00<br />

EACH<br />

70.00<br />

B STORM WATER DRAIN<br />

1 Earth work in excavation of foundation trenches or drains.<br />

in all sorts of soil (including mixed soil but excluding<br />

laterite or sandstone) including removing. Spreading or<br />

120


stacking the spills <strong>with</strong>in a lead of 75 m. as directed. The<br />

item includes necessary trimming the sides of trenches.<br />

levelling. dressing and ramming the bottom. bailing out<br />

water as required complete<br />

Depth of foundation upto 1500mm % CUM 1.69<br />

2 Earth work & filling in foundation trenches or plinth <strong>with</strong><br />

good earth in layers not exceeding 150 mm. including<br />

watering and ramming etc. layer by layer<br />

complete.(Payment to be made on basis of measurement of<br />

finished quantity of work).<br />

With earth obtained from excavation of foundation. %Cum 1.35<br />

3 Filling in foundation or plinth by silver sand in layers not<br />

exceeding 150 mm as directed and consolidating the same<br />

by thorough saturation <strong>with</strong> water, ramming complete<br />

including the cost of supply of sand. (Payment to be made<br />

on measurement of finished quantity)<br />

%Cum 0.57<br />

4 Single brick flat soling of picked jhama bricks including<br />

ramming and dressing bed to proper level and filling joints<br />

<strong>with</strong> powdered earth or local sand.<br />

Sqm 225.00<br />

5 Ordinary cement concrete (mix 1:2:4) <strong>with</strong> graded stone<br />

chips (20mm nominal size) excluding shuttering and<br />

rein<strong>for</strong>cement, if any, in ground floor as per relevant IS<br />

code<br />

With local hard black-stone variety chips (crusher broken) CUM 56.25<br />

6 Providing and laying non-pressure NP2 class (light duty)<br />

R.C.C. pipes <strong>with</strong> collars jointed <strong>with</strong> stiff mixture of<br />

cement mortar in the proportion of 1:2 (1 cement : 2 fine<br />

sand) including testing of joints etc. complete :<br />

150 mm dia R.M. 180.00<br />

250 mm dia R.M. 75.00<br />

300 mm dia R.M. 45.00<br />

7 Hire and labour charges <strong>for</strong> shoring works (including<br />

necessary close plank walling, framing, eucalyptus / jhau,<br />

bulla piling, strutting, etc.) complete as per direction of<br />

Sqm 300.00<br />

engineer-in-charge <strong>for</strong> foundation excavation etc.<br />

(a) Depth upto 1.50 meter<br />

8 Constructing brick masonry road gully chamber 50x45x60<br />

cm <strong>with</strong> bricks in cement mortar 1:4 (1 cement : 4 coarse<br />

sand) including 500x450 mm pre-cast R.C.C. horizontal<br />

grating <strong>with</strong> frame complete as per standard design With<br />

common burnt clay F.P.S. (non modular) bricks of class<br />

designation 7.5<br />

9 Providing treatment plant <strong>for</strong> recycling of storm water (<br />

from roof only )<strong>for</strong> flushing and gardening including the<br />

cost of supply and fixing of raw water centrifugal pump-set,<br />

chlorine dozer, activated carbon filter, pressure sand filter<br />

(capacity 12000 liters per hour)<br />

Quotation included)<br />

Sqm 30.00<br />

No 1.00<br />

C WATER DISTRIBUTION SYSTEM<br />

1 Providing and fixing G.I. pipes complete <strong>with</strong> all types of<br />

G.I. fittings, including painting two coats or more <strong>with</strong><br />

121


anticorrosive bitumastic paint, trenching and refilling etc. in<br />

external work as per clauses of Chapter - 20 of CPWD<br />

specification.<br />

50 mm dia nominal bore M 100.00<br />

40 mm dia nominal bore M 125.00<br />

2 Providing and fixing gun metal wheel valve <strong>with</strong> C.I. Wheel<br />

of approved quality ( screwed ) complete as per clauses of<br />

Chapter - 20 of CPWD specification.<br />

50mm dia nominal bore EACH 2.00<br />

40 mm dia nominal bore EACH 4.00<br />

3 Construction of Inspection Pit of inside measurement<br />

600mm x 600mm upto 600 mm depth <strong>with</strong> 250 mm th. 1st<br />

class brick work.<br />

EACH 6.00<br />

4 Supplying, fitting, fixing and submersible pump having<br />

delivery outlet fitted in spring loaded non return valve<br />

capable of delivering required discharge and against a total<br />

head from all cases ( Duty conditions given below )directly<br />

coupled <strong>with</strong> submersible motor of reqd. HP to give the<br />

required discharge suitable <strong>for</strong> operation 340-400 volts plus<br />

minus 8%, 3 phase, 50 c/s AC supply.<br />

a Discharge=5 m3/hr, Height = 50 m each 2.00<br />

D SEWERAGE DISPOSAL<br />

1 Earthwork in excavation in drains and other structures in all<br />

sorts of soil or loose material including removing surplus<br />

spoils and debris to a maximum lead of 100m including<br />

bailing out ing manually or by pumps as per specification<br />

and drawing and as directed by the Engineer. (Trench shall<br />

be kept dry by dewatering and removal of slush.)<br />

Depth of excavation not exceeding 1.5m below G.L % CUM 1.64<br />

2 Earth work & filling in foundation trenches or plinth <strong>with</strong><br />

good earth in layers not exceeding 150 mm. including<br />

watering and ramming etc. layer by layer<br />

complete.(Payment to be made on basis of measurement of<br />

finished quantity of work).<br />

With earth obtained from excavation of foundation. %CUM 1.82<br />

3 Supplying, fitting and fixing <strong>with</strong> cement jointing (3:1) salt<br />

glazed stoneware pipe including excavation of earth upto<br />

1.50 meter depth in all sorts of soil both mixed or unmixed<br />

and refilling<br />

150 mm M 225.00<br />

4 Construction of inspection pit of inside measurements<br />

600x600x600mm depth <strong>with</strong> 250mm thk. 1st class<br />

brickwork in cement mortar 1:4 on all sides , bottom of pit<br />

consists of 100mm thk. Cement concrete 1:3:6 <strong>with</strong> stone<br />

chips over a layer of jhama bricks flat soling , 15mm thk. (<br />

1:4) cement plaster to inside walls and outside upto gl and<br />

20mm thk. 1:4 plaster in bottom of the pit , providing<br />

necessary invert <strong>with</strong> cement concrete 1:3:6 <strong>with</strong> stone<br />

chips as per direction , neat cement finishing to entire<br />

internal surface , top of the pit cover <strong>with</strong> 100mm thk. rcc<br />

slab (1:1.5:3) <strong>with</strong> stone chips and necessary rein<strong>for</strong>cements<br />

upto 1% and shuttering including 6mm thk. cement plaster<br />

1:4 on all external surfaces of the slab and one 560 mm dia<br />

122


cc manhole cover of approved make supplied , fitted and<br />

fixed in the slab <strong>with</strong> necessary fittings , necessary<br />

earthwork in excavation in allsorts of soil , filling sides of<br />

the pit <strong>with</strong> earth and removing soil and work complete in<br />

all respect <strong>with</strong> all cost of labour and materials.<br />

With pakur variety. EACH 35.00<br />

5 Construction of septic tank of different capacities as per<br />

approved drawing <strong>with</strong> 1st class brick work in cement<br />

mortar (1:4) including two 560 mm dia. RCC manhole<br />

cover (heavy type) of approved make supplied, fitted and<br />

fixed in the 100mm thick RCC (1:1.5:3) top slab <strong>with</strong><br />

necessary fittings, 20mm thick cement plaster (4 : 1) <strong>with</strong><br />

neat cement finish to the internal surface and 15mm thick<br />

cement plaster (4 :1) to out side wall up to 200 mm bellow<br />

G.L. floor finished <strong>with</strong> 25 mm thick grey artificial stone<br />

over 100 mm thick RCC (1:1.5:3) bottom slab including<br />

supplying, fitting & fixing all necessary special, fitting,<br />

S.W. tees, C.I. foot rest etc. including excavation earth in all<br />

sorts of soil, shoring, bailing out and pumping out water as<br />

necessary, ramming, dressing the bed and felling the sides<br />

of the tanks <strong>with</strong> earth removing spoils, filling up chamber<br />

<strong>with</strong> water, removing <strong>for</strong>eign materials from the chamber<br />

and including constructing attacherd inspection piot as per<br />

approved drawing and connecting all necessary pipes, joints<br />

etc. <strong>with</strong> internal plaster work and artificial stone flooring is<br />

to done <strong>with</strong> admixture of water proofing compound @ 0.5<br />

% by weight of cement <strong>with</strong> all costs of labour and material.<br />

<strong>for</strong> 100 user EACH 1.00<br />

6 Construction of circular Soak well 2.5 m deep - inside dia<br />

1m<br />

EACH 3.00<br />

E CONCRETE ROAD<br />

1 Earth work in Excavation <strong>for</strong> trenches in all sorts of soils<br />

including dressing of sides and ramming of bottoms, lift<br />

upto 1.5m including taking out the excavated material and<br />

disposal of surplus excavated soil all complete as specified<br />

and directed by the Engineer <strong>with</strong>in a lead of 50 m.<br />

i) Depth upto 1500 mm %CUM 4.55<br />

2 Earthwork in filling, in compound, tank, lowland, ditches,<br />

etc. <strong>with</strong> good earth in layers not exceeding 150 mm<br />

including breaking clods and consolidating the same by<br />

ramming and dressing completely.<br />

(b) With carried earth arranged by the contractor <strong>with</strong>in a<br />

radius of 5 Km but not exceeding 10 Km including cost of<br />

carried earth<br />

%CUM 0.25<br />

3 Filling in foundation or plinth by silver sand in layers not<br />

exceeding 150mm. As directed and consolidating same by<br />

thorough saturation <strong>with</strong> water ramming complete.<br />

Including the cost of supply of sand. (Payment to be made<br />

on measurement of finished quantity)<br />

4 Brick soling <strong>with</strong> picked jhama bricks including preparation<br />

of beds as necessary (Double brick flat soling)<br />

123<br />

%CUM 0.42<br />

SQM 288.75


5 Ordinary Cement Concrete mix (1:1.5:3) <strong>with</strong> graded Stone<br />

Chips (20 mm nominal size) excluding shuttering and<br />

rein<strong>for</strong>cement if any<br />

CUM<br />

82.50<br />

6 Providing, laying and making kerb channel 30 cm wide and<br />

50 mm thick <strong>with</strong> cement concrete 1:3:6 (1 cement: 3 coarse<br />

sand:6 graded stone aggregate 20 mm nominal size) over<br />

75mm bed of dry brick ballast 40 mm nominal size, well<br />

rammed and consolidated and grouted <strong>with</strong> fine sand,<br />

including finishing the top smooth etc. complete and as per<br />

direction of Engineer-in-charge<br />

7 Supplying and laying 40mm Grass Paver block laids over<br />

150 mm compacted sand bed complete<br />

Sqm 135.00<br />

Sqm 250.00<br />

F<br />

UNDER GROUND RESERVOIR<br />

1 Earth work in excavation of foundation trenches or drains.<br />

in all sorts of soil (including mixed soil but excluding<br />

laterite or sandstone) including removing. Spreading or<br />

stacking the spills <strong>with</strong>in a lead of 75 m. as directed. The<br />

item includes necessary trimming the sides of trenches.<br />

levelling. dressing and ramming the bottom. bailing out<br />

water as required complete<br />

Depth of foundation upto 1500mm %Cum 0.28<br />

2 Earth work & filling in foundation trenches or plinth <strong>with</strong><br />

good earth in layers not exceeding 150 mm. including<br />

watering and ramming etc. layer by layer<br />

complete.(Payment to be made on basis of measurement of<br />

finished quantity of work).<br />

With earth obtained from excavation of foundation. %Cum 0.02<br />

3 Ordinary cement concrete (mix 1:2:4) <strong>with</strong> graded stone<br />

chips (20mm nominal size) excluding shuttering and<br />

rein<strong>for</strong>cement, if any, in ground floor as per relevant IS<br />

code<br />

(a) Pakur variety Cum 3.60<br />

4 Controlled Cement concrete <strong>with</strong> well graded stone chips<br />

(20 mm nominal size ) excluding shuttering and<br />

rein<strong>for</strong>cement <strong>with</strong> complete design of concrete as per IS :<br />

456 and relevant special publications submission of job mix<br />

<strong>for</strong>mula after preliminary mix design after testing of<br />

concrete cubes as per direction of Engineer-in charge<br />

Consumption of cement will not be less than 300 Kg of<br />

cement <strong>with</strong> Super plasticiser per cubic meter of controlled<br />

concrete but actual consumption will be determined on the<br />

basis of preliminary test and job mix <strong>for</strong>mula. In ground<br />

floor and foundation.<br />

(i) Pakur Variety<br />

[using concrete mixture]<br />

M 25 Grade<br />

upto plinth Cum 12.24<br />

5 Hire and labour charges <strong>for</strong> shuttering <strong>with</strong> centering and<br />

necessary staging upto 4 m using approved stout props and<br />

thick hard wood planks of approved thickness <strong>with</strong> required<br />

124


acing <strong>for</strong> concrete slabs , beams, and columns , lintels<br />

curved or straight including fitting , fixing and striking out<br />

after completion of works (upto roof of ground floor)<br />

ply shuttering<br />

upto plinth Sqm 92.60<br />

6 Rein<strong>for</strong>cement <strong>for</strong> rein<strong>for</strong>ced concrete work in the all sorts<br />

of structures including distribution bars, stirrups, binders<br />

etc. including supply of rods , initial straightening and<br />

removal of loose rust (if necessary), cutting to requisite<br />

length, hooking and bending to correct shape, placing in<br />

proper position and binding <strong>with</strong> 16 gauge black annealed<br />

wire at every intersection, complete as per drawing and<br />

direction<br />

tor steel/ Mild steel M.T. 0.96<br />

7 Plaster (to wall , floor, ceiling etc) <strong>with</strong> sand and cement<br />

mortar including rounding off or chamfering corners as<br />

directed and raking out joints or roughening of concrete<br />

surface , including throating , nosing and drip course where<br />

necessary<br />

a)20 mm thick plaster (External) 1:4 Sqm 114.00<br />

8 Providing and laying APP (Atactic Polypropylene Polymer)<br />

modified prefabricated five layer 3 mm thick water proofing<br />

membrane, black finished rein<strong>for</strong>ced <strong>with</strong> non-woven<br />

polyester matt consisting of a coat of bitumen primer <strong>for</strong><br />

bitumen membrane @ 0.40 ltr/sq. mtr. By the same<br />

membrane manufacture of density at 25 oC, 0.87 – 0.89<br />

kg/ltr and viscosity 70 – 160 cps. Over the primer coat the<br />

layer of membrane shall be laid using butane torch and<br />

sealing all joints etc. and preparing the surface complete.<br />

The vital physical and chemical parameters of the<br />

membrane shall be: Joint strength in longitudinal and<br />

transverse direction at 23oC 650/450 N/ 5 cm. Tear strength<br />

in longitudinal and transverse direction as 300/250 N.<br />

Softening point of membrane not less than 150 oC. Cold<br />

flexibility shall be upto -2 oC when tested in accordance<br />

<strong>with</strong> ASTM, D – 5147. The laying of membrane shall be<br />

got done through the authorised applicator of the<br />

manufacture of membrane:<br />

Sqm 66.00<br />

22.20.1 3mm thick<br />

G LANDSCAPING<br />

1 Supplying and stacking of good earth at site including<br />

royalty and carriage up to 1 km (earth measured in stacks<br />

will be reduced by 20% <strong>for</strong> payment).<br />

2 Grassing <strong>with</strong> selection No.1 grass including watering and<br />

maintenance of the lawn <strong>for</strong> 30 days or more till the grass<br />

<strong>for</strong>ms a thick lawn, free from weeds and fit <strong>for</strong> mowing<br />

including supplying good earth, if needed (the good earth<br />

shall be paid <strong>for</strong> separately).<br />

Cum 720.00<br />

%Sqm 2,000.00<br />

3 Supplying and stacking at site dump manure from approved Cum 360.00<br />

125


source, including carriage up to 1 km (manure measured in<br />

stacks will be reduced by 8% <strong>for</strong> payment) :<br />

Screened through sieve of I.S. designation 20 mm<br />

4 Spreading of sludge, dump manure and / or good earth in<br />

required thickness as per direction of Officer-in-charge<br />

(Cost of sludge, dump manure and / or good earth to be paid<br />

separately).<br />

5 Preparation of beds <strong>for</strong> hedging and shrubbery by<br />

excavating 60 cm deep and trenching the excavated base to<br />

a further depth of 30 cm, refilling the excavated earth after<br />

breaking clods and mixing <strong>with</strong> sludge or manure in the<br />

ratio of 8:1 (8 parts of stacked volume of earth after<br />

reduction by 20% : one part of stacked volume of sludge or<br />

manure after reduction by 8%), flooding <strong>with</strong> water, filling<br />

<strong>with</strong> earth if necessary, watering and finally fine dressing,<br />

levelling etc. including stacking and disposal of materials<br />

declared unserviceable and surplus earth by spreading and<br />

leveling as directed, <strong>with</strong>in a lead of 50 m, lift up to 1.5 m<br />

complete (cost of sludge, manure or extra earth to be paid<br />

<strong>for</strong> separately).<br />

Cum 240.00<br />

Cum 155.00<br />

6 Planting and growing of following trees/plants/hedges as<br />

per design and drawing of 0.5 to 1m height including<br />

watering and all other maintenance of one year<br />

Casuarinas equisatifolia No 90.00<br />

7 Filling in Landscaped area by yellow sand in layers<br />

complete as directed and including the cost of supply of<br />

sand.<br />

%Cum. 2.50<br />

8 Dry stone pitching 22.5 cm thick including supply of stones<br />

and preparing surface complete.<br />

9 Providing, installing supplying water fountain in water body<br />

<strong>with</strong> pumps pipelines and all complete.<br />

SQM 200.00<br />

No 1.00<br />

SCHEDULE OF EXTERNAL LIGHITING & POWER<br />

DISTRIBUTION ONLY<br />

1.0 Laying of one number PVC insulated and PVC sheathed /<br />

XLPE power cable of 1.1 KV grade of following size direct<br />

in ground including excavation, sand cushioning, protective<br />

covering<br />

and<br />

refilling the trench etc as required.<br />

Upto 35 sq.mm.<br />

2.0 Laying of one number additional PVC insulated and PVC<br />

sheathed / XLPE power cable of 1.1 KV grade of following<br />

size direct in ground in the same trench in one tier<br />

horizontal <strong>for</strong>mation including excavation, sand cushioning,<br />

protective covering and refilling the trench etc as required.<br />

Upto 35 sq.mm.<br />

3.0 Laying of one number PVC insulated and PVC sheathed /<br />

XLPE power cable of 1.1 KV grade of following size in the<br />

existing RCC/ HUME/ METAL pipe as required.<br />

Upto 35 sq.mm.<br />

126<br />

Metre<br />

Metre<br />

Metre<br />

900<br />

160<br />

20


4.0 Laying and fixing of one number PVC insulated and PVC<br />

sheathed / XLPE power cable of 1.1 KV grade of following<br />

size on wall surface as required.<br />

Upto 35 sq. mm (clamped <strong>with</strong> 1mm thick saddle)<br />

5.0 Supplying and making cable route marker <strong>with</strong> cement<br />

concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone<br />

aggregate 20 mm nominal size ) of size 60 cm X 60 cm at<br />

the bottom and 50 cm X 50 cm at the top <strong>with</strong> a thickness of<br />

10cm including inscription duly engraved as required.<br />

Each 30<br />

6.0 Supplying and making indoor end termination <strong>with</strong> brass<br />

compression gland and aluminium lugs <strong>for</strong> following size of<br />

PVC insulated and PVC sheathed / XLPE aluminium<br />

conductor cable of 1.1 KV grade as required.<br />

6.1 2 X 6 sq. mm (19mm) Each 6<br />

6.2 2 X 10 sq. mm (19mm) Each 10<br />

6.3 2 X 22 sq. mm (19mm) Each 4<br />

6.4 2 X 25 sq. mm (22mm) Each 4<br />

6.5 3½ X 25 sq. mm (28mm) Each 1<br />

6.6 4 X 10 sq. mm (25mm) Each 1<br />

7.0 Supplying and making outdoor end termination <strong>with</strong> cast<br />

resin compound including aluminium lugs and other<br />

jointing materials <strong>for</strong> following size of PVC insulated and<br />

PVC sheathed / XLPE aluminium conductor cable of 1.1<br />

KV grade as required.<br />

7.1 2 X 16 sq. mm Each 80<br />

7.2 2 X 25 sq. mm Each 1<br />

7.3 3½ X 25 sq. mm Each 1<br />

8.0 Providing, laying and fixing following dia G.I. pipe<br />

(medium class) in ground complete <strong>with</strong> G.I. fittings<br />

including trenching (75 cm deep) and re-filling etc as<br />

required.<br />

100 mm dia Metre 20<br />

9.0 Providing, laying and fixing following dia RCC pipe NP2<br />

class (light duty) in ground complete <strong>with</strong> RCC collars,<br />

jointing <strong>with</strong> cement mortar 1:2 (1 cement : 2 fine sand)<br />

including trenching (75 cm deep) and refilling etc as<br />

required.<br />

150 mm dia Metre 20<br />

10.0 Providing and fixing following capacity TP&N<br />

disconnector fuse switch unit inside the existing panel board<br />

<strong>with</strong> ISI marked HRC fuses including drilling holes in<br />

cubicle panel, making connections, etc. as required.<br />

32 Amp TP&N Each 1<br />

11.0 Supplying and fixing following way, single pole and<br />

neutral, sheet steel, MCB distribution board, 240 volts, on<br />

surface/ recess, complete <strong>with</strong> tinned copper bus bar,<br />

neutral bus bar, earth bar, din bar, interconnections, powder<br />

painted including earthing etc. as required. (But <strong>with</strong>out<br />

MCB / RCCB / Isolator)<br />

2 + 12 way, Double door Each 1<br />

12.0 Supplying and fixing following way, horizontal type three<br />

pole and neutral, sheet steel, MCB distribution board, 415<br />

volts, on surface / recess, complete <strong>with</strong> tinned copper bus<br />

bar, neutral bus bar, earth bar, din bar, interconnections,<br />

powder painted including earthing etc. as required. (But<br />

127<br />

Metre<br />

20


<strong>with</strong>out MCB / RCCB / Isolator)<br />

4 way (4 + 12), Double door Each 1<br />

13.0 Supplying and fixing 5 amps to 32 amps rating, 240/415<br />

volts, "C" curve, miniature circuit breaker suitable <strong>for</strong><br />

inductive load of following poles in the existing MCB DB<br />

complete <strong>with</strong> connections, testing and commissioning etc.<br />

as required.<br />

13.1 Single pole Each 10<br />

13.2 Double pole Each 1<br />

13.3 Triple pole Each 1<br />

13.4 Four pole Each 1<br />

14.0 Supplying and fixing single pole blanking plate in the<br />

existing MCB DB complete etc. as required.<br />

Each 3<br />

15.0 Providing and fixing M.V. danger notice plate of 200 mm X<br />

150 mm, made of mild steel, at least 2 mm thick, and<br />

vitreous enameled white on both sides, and <strong>with</strong> inscription<br />

in single red colour on front side as required.<br />

Each 1<br />

16.0 Supply & installation of following tubular pole ( 410-SP9 )<br />

swaged type steel of 7.5 long of which 1.25m shall be<br />

below the ground level. The pole section shall be as per IS<br />

specification no.2713-1969.The bottom section of the pole<br />

shall be 139.7mm dia., 5.4mm thick and 4.5m long. The<br />

middle section shall be 114.3mm dia. and 3.65mm thick and<br />

1.5m long. The top portion shall be 88.9mm dia. and<br />

3.25mm thick and 1.5m long.<br />

The pole shall be grouted in P.C.C. 1:2:4 upto a depth of<br />

1.25m from ground level and muffing shall be as directed.<br />

MS junction box of 3mm thick and size ( 300x300x150<br />

)mm shall be fixed to the pole at a height of 600mm from<br />

ground level. The box shall be treated <strong>with</strong> antirust<br />

treatment and spray painted. The box shall have 1 no. 2A<br />

SP MCB and TPN Al bus bar. The entire pole shall be<br />

painted <strong>with</strong> 1 coat of primer & 2 coats of aluminium paint.<br />

300 mm x 300 mm x 6 mm MS base plate shall be welded<br />

to the bottom of post.<br />

Required length of 2 x 1.5 sq.mm FR PVC insulated copper<br />

wire shall be provided <strong>for</strong> connecting the light fittings from<br />

the junction box. The MS mounting bracket shall be fixed<br />

on top of the pole <strong>for</strong> fixing of SON light fittings.<br />

16.1 The rate shall be inclusive of pole earthing, fittings &<br />

fixtures<br />

( Similar to Phillips type : CRP320<br />

1xSONT70W GR ) etc. to complete the job.<br />

Single fitting type <strong>with</strong> single arm Sets 15<br />

16.2 The rate shall be inclusive of pole earthing, fittings &<br />

fixtures<br />

( Similar to Phillips type : BRP351 1 x<br />

LLM1800 / 740 220-240V-50Hz SI ) etc. to complete the<br />

job.<br />

Single fitting type <strong>with</strong> single arm Sets 10<br />

17.0 Supply, installation, testing and commissioning of following<br />

rating Automatic ON Load Source Change Over Cum Self<br />

Resetting Circuit Breaker <strong>with</strong> in built loading program of<br />

above rating in sheet steel enclosure. The Change Over<br />

Switches shall be mounted on M.S. frame work on wall.<br />

128


The rate shall be inclusive of supplying of all materials,<br />

making holes as required, mending good the civil damages<br />

to original finish & making interconnection complete.<br />

1 phase / 1 phase having Mains Capacity : 40A, DP; Trip<br />

Current Range : 40A, DP (WL) Each 1<br />

18.0 Supply, erection, testing & commissioning of 10 m long<br />

solar system lighting pole complete <strong>with</strong> solar panel, fittingfixtures<br />

& all other accessories etc. as required.<br />

Sets 10<br />

19.0 Supply of following fittings & fixtures <strong>with</strong> all accessories<br />

as required complete.<br />

Similar to Phillips type : HCS 360 1xPLC/2P18W GR Each 30<br />

20.0 Providing and fixing following capacity DP disconnector<br />

fuse switch unit inside the existing panel board <strong>with</strong> ISI<br />

marked HRC fuses including drilling holes in cubicle panel,<br />

making connections, etc. as required.<br />

32 Amp DP Each 1<br />

21.0 Providing following XLPE insulated cable of 1.1 KV grade<br />

<strong>with</strong> aluminium armoured conductor of IS : 1554 P-I of<br />

approved make.<br />

21.1 2 X 6 sq. mm Metre 100<br />

21.2 2 X 10 sq. mm Metre 50<br />

21.3 2 X 16 sq. mm Metre 850<br />

21.4 2 X 25 sq. mm Metre 100<br />

21.5 3½ X 25 sq. mm Metre 1<br />

21.6 4 X 10 sq. mm Metre 1<br />

22.0 Supply & fixing of outdoor type car charging arrangement<br />

<strong>with</strong> IP 55 protection, 300 mm. (min.) high G.I. pipe, base<br />

plate, outdoor type sheet-metal box consist of 6/16A socket<br />

& switch <strong>with</strong> proper cover etc. & all other accessories as<br />

required & making connection complete.<br />

Sets 3<br />

Construction of <strong>Boundary</strong> wall<br />

1 Earth work in excavation of foundation trenches or drain in<br />

all sorts of soil (including mixed soil but excluding laterite<br />

or sandstone) including removing spreading or stacking the<br />

spoils <strong>with</strong>in a lead of 75m as directed . The item includes<br />

necessary trimming the sides of trenches, leveling, dressing<br />

and ramming the bottom, bailing out water as required<br />

complete.<br />

(a) Depth of excavation not exceeding 1500mm<br />

Cum 1860<br />

2 Filling in foundation or plinth by silver sand in layer not<br />

exceeding 150mm as directed and consolidating same by<br />

thorough saturation <strong>with</strong> water ramming complete including<br />

the cost of supply of fine sand. Cum 365<br />

3 Single brick flat soling of picked jhama bricks including<br />

ramming and dressing bed to proper level and filling joints<br />

<strong>with</strong> powdered earth or local sand Sqm 1652<br />

4 Ordinary cement concrete (mix 1:1.5:3) <strong>with</strong> graded stone<br />

chips (20mm down ) excluding shuttering and<br />

rein<strong>for</strong>cement if any as per relevant I.S codes<br />

a. With Pakur Variety Cum 608<br />

5 Cement concrete <strong>with</strong> graded jhama khoa (30mm size )<br />

excluding shuttering .<br />

a. 6:3:1 proportion Cum 98<br />

129


6(a) Hire and labour charges <strong>for</strong> shuttering <strong>for</strong> foundation<br />

concrete side shuttering of concrete floor /lintels slab etc.<br />

where no vertical props are required fitting and fixing and<br />

skirting out after completion of work 25mm to 30mm thick<br />

shuttering <strong>with</strong>out staging in foundation etc Sqm 2353<br />

(b) Hire and labour charges <strong>for</strong> shuttering <strong>with</strong> centering and<br />

necessary staging up to 4m using approved stout props and<br />

thick hard wood planks of approved thickness <strong>with</strong> required<br />

bracing <strong>for</strong> concrete slab, beams, columns, lintels curved or<br />

straight including fitting, fixing and striking out after<br />

completion of works .(up to roof of ground floor) .<br />

a. 25mm to 30mm thick wooden shuttering as per decision<br />

& direction E.I.C Sqm 1884<br />

7 Rein<strong>for</strong>cement <strong>for</strong> rein<strong>for</strong>ced concrete work in the all sorts<br />

of structure including distribution bars, stirrups binders etc.<br />

including supply of rods initial straightening and removal of<br />

loose rust cutting to required length, hooking and bending<br />

to correct shape<br />

placing in proper position and binding <strong>with</strong> 16 gauge black<br />

annealed wire at every intersection complete as per drawing<br />

and direction. Tor / Mild steel MT 39<br />

8 125mm thick brick work <strong>with</strong> 1 st class bricks in cement<br />

mortar (4:1) in ground floor Sqm 2608<br />

9 Plaster ( to wall, floor, ceiling etc.) <strong>with</strong> sand and cement<br />

mortar including rounding off or chamfering corner as<br />

directed and raking out joints or roughening of concrete<br />

surface including throating, nosing and drip course where<br />

necessary<br />

(a) 20 mm thick plaster <strong>with</strong> 6:1 mortar (inside wall) Sqm 4683<br />

(b) 15 mm thick plaster <strong>with</strong> 6:1 mortar (out side wall) Sqm 4407<br />

10 Net cement punning about 1.5mm thick in wall dado,<br />

window, sils, floor, drain etc. Sqm 585.00<br />

11 Cement washing including cleaning and smoothening<br />

surface thoroughly (cement to be used 15 kg /100 Sqm. of<br />

surface <strong>for</strong> two coat. Sqm 8505<br />

12 Applying decorative cement based paint of approved quality<br />

after preparing the surface including scraping the same<br />

thoroughly as per manufacturer’s specification In ground<br />

floor.<br />

iii. Two coats Sqm 8505<br />

13 Earth work in filling in foundation trenches <strong>with</strong> good earth<br />

in layers not exceeding 15cm including watering and<br />

ramming etc. layer by layer complete<br />

With earth obtained from excavation of foundation Cum 1240<br />

14 M.S gate of jail type as per approved design made of strong<br />

M.S frame work, intermediate stiffeners and round / square<br />

bars or angles. M.S. sheet ( not less than 14 gauge) gussets,<br />

cleats etc. including necessary riveting, bolting, welding,<br />

locking and hanging arrangements, fitting and fixing<br />

complete as per direction of the Engineering – In – Charge. Quintal 61.6<br />

15 Locking arrangement <strong>for</strong> jail type doors including supplying<br />

fitting and fixing in position complete as per approved<br />

design. Kg 100<br />

Total Bid Price (In Figures):<br />

Total Bid Price (In Words):<br />

130


Note:<br />

(1) Item <strong>for</strong> which no rate or price has been entered in will not be paid <strong>for</strong> by the Employer when executed and<br />

shall be deemed covered by the other rates and prices in the Bill of Quantities (refer: ITB Clause 13.2 and<br />

GCC Clause 43.3).<br />

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].<br />

(3) Where there is a discrepancy between the rate in figures and words, the rates in words will govern.<br />

[ITB Clause 27.1(a) ]<br />

4) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate<br />

by quantity, the unit rate quoted shall govern [ITB Clause 27.1 (b)].<br />

131


ANEXURE-D<br />

SECTION 8: FORMS OF SECURITIES<br />

132


Forms of Securities<br />

Acceptable <strong>for</strong>ms of securities are annexed. Bidders should not complete the Per<strong>for</strong>mance and Advance<br />

Payment Security <strong>for</strong>ms at this time. Only the successful Bidder will be required to provide Per<strong>for</strong>mance and<br />

Advance Payment Securities in accordance <strong>with</strong> one of the <strong>for</strong>ms, or in a similar <strong>for</strong>m acceptable to the Employer.<br />

Annex A:<br />

Bid Security (Bank Guarantee)<br />

Annex B:<br />

Per<strong>for</strong>mance Bank Guarantee<br />

Annex B1:<br />

Per<strong>for</strong>mance Bank Guarantee <strong>for</strong> Unbalanced Items<br />

Annex C:<br />

Deleted<br />

Annex D:<br />

Bank Guarantee <strong>for</strong> Advance Payment<br />

133


Annex A<br />

<strong>BID</strong> SECURITY (BANK GUARANTEE)<br />

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid<br />

dated _______________________ [date] <strong>for</strong> the construction of _____________________________________<br />

[name of Contract] (hereinafter called "the Bid").<br />

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of<br />

____________________________ [name of country] having our registered office at<br />

___________________________________ (hereinafter called "the Bank") are bound unto<br />

______________________________[name of Employer] (hereinafter called "the Employer") in the sum of<br />

___________________ 1 <strong>for</strong> which payment well and truly to be made to the said Employer the Bank binds itself, his<br />

successors and assigns by these presents.<br />

SEALED <strong>with</strong> the Common Seal of the said Bank this _________ day of __________ 19____.<br />

THE CONDITIONS of this obligation are:<br />

or<br />

(1) If after Bid opening the Bidder <strong>with</strong>draws his bid during the period of Bid validity specified in<br />

the Form of Bid;<br />

(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the<br />

period of Bid validity:<br />

(a)<br />

(b)<br />

fails or refuses to execute the Form of Agreement in accordance <strong>with</strong> the Instructions<br />

to Bidders, if required; or<br />

fails or refuses to furnish the Per<strong>for</strong>mance Security, in accordance <strong>with</strong> the<br />

Instruction to Bidders; or<br />

(c) does not accept the correction of the Bid Price pursuant to Clause 27;<br />

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, <strong>with</strong>out the<br />

Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount<br />

claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred<br />

condition or conditions.<br />

This Guarantee will remain in <strong>for</strong>ce up to and including the date ____________________ 2 days after the deadline<br />

<strong>for</strong> submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the<br />

Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee<br />

should reach the Bank not later than the above date.<br />

DATE _______________<br />

WITNESS ____________<br />

SIGNATURE OF THE BANK _________________________<br />

SEAL _______________________________________<br />

_________________________________________________________________<br />

[signature, name, and address]<br />

____________________________<br />

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.<br />

This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.<br />

2 45 days after the end of the validity period of the Bid.<br />

134


PERFORMANCE BANK GUARANTEE<br />

To:<br />

______________________________________________ [name of Employer]<br />

_________________________________________ [address of Employer]<br />

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the<br />

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute<br />

__________________________ [name of Contract and brief description of Works] (hereinafter called "the<br />

Contract");<br />

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you<br />

<strong>with</strong> a Bank Guarantee by a recognized bank <strong>for</strong> the sum specified therein as security <strong>for</strong> compliance <strong>with</strong> his<br />

obligations in accordance <strong>with</strong> the Contract;<br />

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;<br />

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the<br />

Contractor, up to a total of ____________________ [amount of guarantee] 1 ___________________________ [in<br />

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,<br />

and we undertake to pay you, upon your first written demand and <strong>with</strong>out cavil or argument, any sum or sums <strong>with</strong>in<br />

the limits of ____________________ [amount of guarantee] 1 as a<strong>for</strong>esaid <strong>with</strong>out your needing to prove or to show<br />

grounds or reasons <strong>for</strong> your demand <strong>for</strong> the sum specified therein.<br />

We hereby waive the necessity of your demanding the said debt from the Contractor be<strong>for</strong>e presenting us<br />

<strong>with</strong> the demand.<br />

We further agree that no change or addition to or other modification of the terms of the Contract or of the<br />

Works to be per<strong>for</strong>med thereunder or of any of the Contract documents which may be made between you and the<br />

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any<br />

such change, addition or modification.<br />

Period.<br />

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability<br />

Signature and seal of the guarantor _____________________________<br />

Name of Bank ____________________________________________<br />

Address ____________________________________________<br />

Date ____________________________________________<br />

__________________<br />

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in<br />

the Contract and denominated in Indian Rupees.<br />

135


PERFORMANCE BANK GUARANTEE (<strong>for</strong> unbalanced items)<br />

To:<br />

______________________________________________ [name of Employer]<br />

_________________________________________ [address of Employer]<br />

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the<br />

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute<br />

__________________________ [name of Contract and brief description of Works] (hereinafter called "the<br />

Contract");<br />

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you<br />

<strong>with</strong> a Bank Guarantee by a recognized bank <strong>for</strong> the sum specified therein as security <strong>for</strong> compliance <strong>with</strong> his<br />

obligations in accordance <strong>with</strong> the Contract;<br />

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;<br />

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the<br />

Contractor, up to a total of ____________________ [amount of guarantee] 1 ___________________________ [in<br />

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,<br />

and we undertake to pay you, upon your first written demand and <strong>with</strong>out cavil or argument, any sum or sums <strong>with</strong>in<br />

the limits of ____________________ [amount of guarantee] 1 as a<strong>for</strong>esaid <strong>with</strong>out your needing to prove or to show<br />

grounds or reasons <strong>for</strong> your demand <strong>for</strong> the sum specified therein.<br />

We hereby waive the necessity of your demanding the said debt from the Contractor be<strong>for</strong>e presenting us<br />

<strong>with</strong> the demand.<br />

We further agree that no change or addition to or other modification of the terms of the Contract or of the<br />

Works to be per<strong>for</strong>med thereunder or of any of the Contract documents which may be made between you and the<br />

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any<br />

such change, addition or modification.<br />

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of completion<br />

of works.<br />

Signature and seal of the guarantor _____________________________<br />

Name of Bank ____________________________________________<br />

Address ____________________________________________<br />

Date ____________________________________________<br />

__________________<br />

1 An amount shall be inserted by the Guarantor, representing additional security <strong>for</strong> unbalanced Bids, if any<br />

and denominated in Indian Rupees.<br />

136


BANK GUARANTEE FOR ADVANCE PAYMENT<br />

To:<br />

__________________________________________ [name of Employer]<br />

__________________________________________ [address of Employer]<br />

___________________________________________[name of Contract]<br />

Gentlemen:<br />

In accordance <strong>with</strong> the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of<br />

the above-mentioned Contract, ________________________________ [name and address of Contractor]<br />

(hereinafter called "the Contractor") shall deposit <strong>with</strong> ________________________ [name of Employer] a bank<br />

guarantee to guarantee his proper and faithful per<strong>for</strong>mance under the said Clause of the Contract in an amount of<br />

_____________ [amount of guarantee] 1 _________________________________ [in words].<br />

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree<br />

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to<br />

____________________ [name of Employer] on his first demand <strong>with</strong>out whatsoever right of objection on our part<br />

and <strong>with</strong>out his first claim to the Contractor, in the amount not exceeding ____________________ [amount of<br />

guarantee] 1 __________________________________ [in words].<br />

We further agree that no change or addition to or other modification of the terms of the Contract or of<br />

Works to be per<strong>for</strong>med thereunder or of any of the Contract documents which may be made between<br />

_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability<br />

under this guarantee, and we hereby waive notice of any such change, addition or modification.<br />

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract<br />

until _________________________ [name of Employer] receives full repayment of the same amount from the<br />

Contractor.<br />

Yours truly,<br />

Signature and seal: _______________________________<br />

Name of Bank/Financial Institution: _________________<br />

Address: _______________________________________<br />

Date: ____________________<br />

__________________________<br />

1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated<br />

in Indian Rupees.<br />

137

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!