Anda di halaman 1dari 202

Name of work and location

2
3

15/CE/EE/HCD/2015-16

Development of Permanent Infrastructure


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

C
I
O

AE(P)

Last date & time of submission of


bid, EMD, e-tender processing fee
and other Document as specified
in the bid document

6
7

NIL

EE(P)

Page 1

Time & date of opening of


tender

Period of Completion

At 3.30 PM on 21/09/2015

Upto -3.00 PM on 21/09/2015

18 Months

Earnest Money

Rs. 23,23,814/-

Estimated cost put to bid

NIT NO.

: Rs. 12,21,97,391/Civil
Electrical : Rs. 1,01,83,989
: Rs. 13,23,81,380/Total

S. No.

PROFORMA OF SCHEDULES

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR ETENDERING FORMING PART OF BID DOCUMENT AND TO BE
POSTED ON WEBSITE
(Applicable for inviting open bids)

The Executive Engineer, Haldwani Central Division, C.P.W.D., Haldwani on


behalf of President of India invites online item rate bids from approved and eligible
contractors of CPWD and those of appropriate list of MES, BSNL, Railway and State

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

1. Non CPWD Contractors who fulfill the following requirements shall be eligible to
apply. Joint ventures are not accepted.

PROFORMA OF SCHEDULES

2. Should have satisfactorily completed the works as mentioned below during


the last Seven years ending previous day of last date of submission of tender.

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

1.

2.
3.

The value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of applications
for bids. (scanned copies of work experience certificates meeting to this
criteria shall be uploaded by the agency).
The intending bidder must read the terms and conditions of CPWD-6
carefully. He should only submit his bid if he consider himself eligible and he
is in possession of all the documents required.
Information and Instructions for bidders posted on website shall form part of
bid document.
The bid document consisting of plans, specifications, the schedule of
quantities of various types of items to be executed and the set of terms and
conditions of the contract to be complied with and other necessary
documents
can
be
seen
and
downloaded
from
website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

4.

But the bid can only be submitted after depositing Processing Fee in
favour of ITI Limited and uploading the mandatory scanned documents
such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled
Bank towards EMD in favour of Executive Engineer, Almora Central Division,
CPWD, Almora and other documents as specified. The contractors already
registered on e-tendering portal will have option to continue by paying tender
processing fee at existing rates up to one year from the date of registration,
or to switch over to the new registration system without tender processing fee
any time. All new registrations from 01-04-2015 will be without tender
processing fee.

5.

Those contractors not registered on the website mentioned above, are


required to get registered beforehand. If needed they can be imparted
training on online bidding process as per details available on the website.

C
I
O

NIL
AE(P)

EE(P)

Page 2

PROFORMA OF SCHEDULES

6.

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

7.

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

8.

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

9.

Contractor must ensure to quote rate of each item. The column meant for
quoting rate in figures appears in pink colour and the moment rate is entered,
it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if
any cell is left blank the same shall be treated as "0". Therefore, if any cell is
left blank and no rate is quoted by the bidder, rate of such item shall be
treated as "0" (ZERO).
However, If a tenderer quotes nil rates against each item in item rate
tender or does not quote any percentage above/below on the lowest amount
of the tender or any section/sub head in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.

10.

List of Documents to be scanned and uploaded within the period of bid


submission:

1. Treasury Challan/Demand Draft/Pay Order or Bankers Cheque/Deposit at Call


Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD
2. Enlistment Order of the Contractor.
3. Certificates of Work Experience (required from non-CPWD and CPWD class II
contractors).
4. Affidavit as per clause 1.2.3 of CPWD6 (required from non-CPWD and CPWD
class II contractors)
5. Certificate of Registration for Sales Tax/VAT and acknowledgement of upto
date filled return
6. Certificate of Registration for Service Tax and acknowledgement of upto date
filled return
7. An undertaking that The Physical EMD shall be deposited by me/us with the
EE calling the bid in case I/we become lowest bidder within a week of opening
of financial bid otherwise department may reject the bid and also take action
to withdraw my/our enlistment and debar me/us from tendering in CPWD.

Executive Engineer
Haldwani Central Division
CPWD, Haldwani

C
I
O

NIL
AE(P)

EE(P)

Page 3

PROFORMA OF SCHEDULES

PART-A
CPWD-6, CPWD-8 INCLDUING SCHEDULE A TO F
FOR THE WORK, STANDARD GENERAL
CONDITIONS OF CONTRACT FOR CPWD WORKS
2014 AS AMENDED/ MODIFIED UP TO THE DATE
OF SUBMISSION OF BID.

C
I
O

NIL
AE(P)

EE(P)

Page 4

PROFORMA OF SCHEDULES

CPWD-6 FOR e-TENDERING


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

The enlistment of the contractors should be valid on the last date of


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

1.1

The work is estimated to cost Rs. 13,23,81,380/- (Civil work Rs. 12,21,97,391 /+ Rs. 1,01,83,989/- Elect. work)
This estimate, however, is given merely as a rough guide.

1.1.1

The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the bids. He will also nominate
Division, which will deal with all matters relating to the invitation of bids.
For composite tender, besides indicating the combined estimated cost put to tender,
should clearly indicates the estimated cost of each component separately. The
eligibility of tenderer will correspond to the combined estimated cost of different
components put to tender.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose Earnest Money Deposit, e-tender Processing Fee and other
documents as required as per this NIT are found in order.

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


1.2.1 The Contractor should have satisfactorily completed three similar works each
costing not less than Rs. 530.00 Lacs OR two similar works each costing not
less than Rs. 800.00 Lacs OR one similar work costing not less than Rs.
1060.00 Lacs. in last 7 years ending previous day of last date of submission of
tender.
Similar work mean Building work with RCC framed Structure including
Internal Civil and Electrical Services.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of tender.
1.2.2

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

C
I
O

NIL
AE(P)

EE(P)

Page 5

PROFORMA OF SCHEDULES

I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding
in CPWD in future forever. Also, if such a violation comes to the notice of
Department
before date of start of work, the Engineer-in- Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be
uploaded at the time of submission of bid).
1.2.3

When tenders are invited from non CPWD contractors and CPWD class II
contractors as per provisions of clause 1.2.1 above, it will be mandatory for non
CPWD contractors and CPWD class II contractors to upload the work experience
certificate(s) and the affidavit as per the provisions of clause 1.2.2.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose Earnest Money Deposit, e-tender Processing Fee and other
documents as required as per this NIT are found in order.
The financial bid of only those agencies shall be opened who are found to be
eligible agencies, as per this NIT.

2.

Agreement shall be drawn with the successful bidder on prescribed Form No.
CPWD 8 (or other Standard Form as mentioned) which is available as a Govt. of
India Publication. Bidder shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.

3.

The time allowed for carrying out the work will be 18 Months from the date of start
as defined in schedule F or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.

(i) The site for the work is available.


OR
The site for the work shall be made available in parts
(ii) The architectural drawings for the work are available and the structural drawings
are to be submitted by the contractor.
OR
The architectural and structural drawing shall be made available in phased manner,
as per requirement of the same as per approved program for completion submitted
by the contractor after award of work.

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


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

C
I
O

NIL
AE(P)

EE(P)

Page 6

PROFORMA OF SCHEDULES

6.

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

7.

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

8.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order
or Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt
(drawn in favour of Executive Engineer, Almora Central Division, CPWD
Almora) shall be scanned and uploaded to the e-Tendering website within the
period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have
to be deposited in shape prescribed above, and balance may be deposited in
shape of Bank Guarantee of any scheduled bank having validity for six months
or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest bidder within a week after opening of financial bid failing which the bid shall
be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority. The agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The Physical EMD shall be deposited by me/us with the EE calling the bid in case
I/we become the lowest bidder within a week of the opening of financial bid
otherwise department may reject the bid and also take action to withdraw my/our
enlistment/debar me/us from tendering in CPWD.
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission:
e-tender processing fee Rs 5700/- if registration with tender processing fee is
continued, shall be payable to M/s ITI Limited through their e-gateway by
credit /debit card, internet banking or RGTS/NEFT facility .
Copy of Enlistment Order and certificate of work experience and other documents
as specified in the press notice shall be scanned and uploaded to the e-Tendering
website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice shall have to
be submitted by the lowest bidder only along with physical EMD of the
scanned copy of EMD uploaded within a week physically in the office of
tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and

C
I
O

NIL
AE(P)

EE(P)

Page 7

PROFORMA OF SCHEDULES

Earnest Money Deposit and other documents scanned and uploaded are
found in order.
The bid submitted shall be opened at 03:30 PM on 21/09/2015

9.

The bid submitted shall become invalid and & e-tender processing fee shall not be
refunded if:
(i)
(ii)

(iii)

(iv)
(v)

The bidder is found ineligible.


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

10.

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


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

11.

Intending Bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidder shall be deemed to
have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidder
shall be responsible for arranging and maintaining at his own cost all materials, tools
& plants, water, electricity access, facilities for workers and all other Services
C
I
O

NIL
AE(P)

EE(P)

Page 8

PROFORMA OF SCHEDULES

required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this
notice and all other contract documents and has made himself aware of the scope
and specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
12.

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

13.

Canvassing whether directly or indirectly, in connection with bidders is strictly


prohibited and the bids submitted by the contractors who resort to canvassing will
be liable to rejection.

14.

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

15.

The contractor shall not be permitted to bid for works in the CPWD Circle (Division
in case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant
or as an officer in any capacity between the grades of Superintending Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who
are working with him in any capacity or are subsequently employed by him and who
are near relatives to any gazette officer in the Central Public Works Department or
in the Ministry of Urban Development. Any breach of this condition by the contractor
would render him liable to be removed from the approved list of contractors of this
Department.

16.

No Engineer of gazetted rank or other gazetted officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the previous permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the bid or
engagement in the contractors service.

17.

The bid for the works shall remain open for acceptance for a period of sixty (60)
days from the date of opening of bids. If any bidder withdraws his bid before the said
period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further
the bidder shall not be allowed to participate in the rebidding process of the work.

18.

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

NIL
AE(P)

EE(P)

Page 9

PROFORMA OF SCHEDULES

19.

a)

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

b)

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

The bid document will include following three components:

Part A :- CPWD -6, CPWD 8 including schedule A to F for major


component of the work, Standard General Conditions of Contract for CPWD
2014 as amended/ modified up to last date of submission of bid.

Part B :- General/specific conditions, specifications and schedule of


quantities applicable to major component of the work.

Part C :- Schedule A to F for minor component of the work, (SE/EE in


charge of major component shall also be competent authority under clause 2
and clause 5 as mentioned in schedule A to F for major components)
General/specific conditions, specifications and schedule of quantities
applicable to minor component(s) of the work.

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

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

The contractor should also visit the site of work and acquaint himself with the site
and soil conditions before tendering.
The main contractor shall execute the minor component(s) also. He should be either
an eligible contractor himself or associate with himself an eligible agency(s) for
execution of electrical work as per CPWD-6 for e-tendering. The contractor shall
indicate the names of upto three such agencies within prescribed time as Minor
component agencies. In case the details of electrical agency are not submitted by
the bidder or are not proper then these shall be submitted before acceptance of the
bid.
After acceptance of the tender by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of India.
After the work is awarded, the main contractor will have to enter into one agreement
with EE in charge of major component and has also to sign two/or more copies of
agreement depending upon number of EEs/DDH in charge of minor components.
One such signed set of agreement shall be handed over to EE/DDH in charge of
minor component. EE of major component will operate part A and part B of the
agreement. EE/DDH in charge of minor component(s) shall operate Part C along
with Part A of the agreement.
The main contractor has to enter into agreement with the contractor(s) associated
by him for execution of minor component(s). Copy of such agreement shall be

C
I
O

NIL
AE(P)

EE(P)

Page 10

PROFORMA OF SCHEDULES

submitted to EE/DDH in charge of minor component as well as to EE in charge of


major component. In case of change of associate contractor, the main contractor
has to enter into agreement with the new contractor associated by him.
Tenders with any condition including that of conditional rebates in the tender
document shall be rejected forthwith.
The rate (s) must be quoted in decimal coinage. Amount must be calculated and
rounded in full rupees by ignoring fifty paisa and considering more than fifty paisa as
rupee one. Rate must be filled both in words and figures. Amount should be worked
out for all the items. Rates in words should start with word Rs. And finish with word
only and there should not be undue gap in the words of the rate. For example, the
rate of Rs. 2429.50 in figure should be written as Rs. Two thousand four hundred
twenty nine and paisa fifty only
The successful tenderer shall be required to submit a Performance Guarantee of
5% (Five percent) of the composite contract amount within a period of issue of letter
of acceptance as specified in schedule F.
The contractor shall have to execute guarantee bonds in respect of water supply
and sanitary installation works and water proofing works as per Performa at
Annexure I & II.
Sales tax/VAT, purchase tax, turn over tax, Excise duty, work contract tax or any
other tax on materials as applicable shall be paid by the contractor himself. The
contractor shall quote his rates considering all such taxes. However, service tax
shall be separately reimbursable to the Agency as per Circular No. DGW/CON/241
dated 28/01/2009.
Attention is also drawn to Clauses 6, 6A and 7, 7A of General Condition of Contract
for CPWD works 2014, which prescribes the procedure for computerized recording
of measurement and preparation of bill by contractor.
Intending tenderer may submit physical mile stone on the basis of their resources
and methodology at the time of tendering as indicated in the Schedule F,
otherwise it will be assumed that agency is agreeable to physical mile stones
mentioned in the table.
Intending tenderer may give detailed activities/programme for each mile stone fixed
in the tender document while submitting the tender.
Recovery rates for less use of materials beyond permissible limits is given in
Schedule F of Part-A & C & also for excess use of departmentally issued material.

Signature of the Divisional Officer,


For and on behalf of the President of India

C
I
O

NIL
AE(P)

EE(P)

Page 11

PROFORMA OF SCHEDULES

CPWD-8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE

Uttarakhand

CIRCLE

Haldwani Central Circle

BRANCH

B&R

DIVISION

Haldwani Central Division

ZONE

NZ-IV,CPWD,Dehradun

SUB-DIVISION

Pithoragarh Central SubDivision

ITEM RATE BID AND CONTRACT FOR WORKS


Tender for the work of Development of Permanent Infrastructure at
42nd Bn. Hqrs. SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o
Non Residential Buildings consisting of Trademen Shop, GOs Mess & Single
officer accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter
guard, Quarter Master Store, including Internal Electrical Installation and
Fans).
To be submitted online by 3.00 PM on 21/09/2015 in the office of the
Executive Engineer, Haldwani Central Division, CPWD, Haldwani.
i)

The online Bid shall be opened in presence of tenderers who may be present at
3.30 PM on 21/09/2015 in the office of the Executive Engineer, Haldwani
Central Division, CPWD, Haldwani.
TENDER
I/We have read and examined the Notice Inviting tender, schedule, A,B,C,D,E&F.
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule F, viz., schedule of quantities and in
accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Rule-1 of General Rules and Directions and in
Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for sixty (60) days from the due date of its
opening of bid and not to make any modifications in its terms and conditions.
A sum of Rs.23,23,814/- is hereby forwarded in Cash/Receipt Treasury
Challan/Deposit at call Receipt of a Scheduled Bank/Fixed deposit receipt of
scheduled bank/demand draft of a scheduled bank/bank guarantee issued by
C
I
O

NIL
AE(P)

EE(P)

Page 12

PROFORMA OF SCHEDULES

scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance
guarantee or fail to commence the work within prescribed period I/we agree that the
said President of India or his successors in office shall without prejudice to any other
right or remedy be at liberty to forfeit the said earnest money absolutely. Further, if
I/we fail of commence work as specified, I/we agree that President of India or his
successors in office shall without prejudice to any other right or remedy available in
law, be at liberty to forfeit the said earnest money and the performance guarantee
absolutely, otherwise the said earnest money shall be retained by him towards
security deposit to execute all the works referred to in the tender documents upon
the terms and conditions contained or referred to therein and to carry out such
deviations as may be ordered, up to maximum of the percentage mentioned in
Schedule F and those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of earnest money or both Earnest
Money & Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/ have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for
tendering in CPWD in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/we shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to
whom I/we am/are authorized to communicate the same or use the information in
any manner prejudicial to the safety of the State.
Dated:
Signature of Contractor
Witness:
Postal Address
Address:
Occupation:

C
I
O

NIL
AE(P)

EE(P)

Page 13

PROFORMA OF SCHEDULES

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of
Rs._____________________________________________
(Rupees____________
________________________________________________________________________
________________________________________________________________________
_____________________________)
The letters referred to below shall form part of this contract Agreement:a)
b)
c)

For & on behalf of the President of India

Dated _______________
Signature____________________
Designation
________________

C
I
O

NIL
AE(P)

EE(P)

Page 14

PROFORMA OF SCHEDULES

SCHEDULE A, B, C, D, E & F
FOR THE WORK (CIVIL WORK)
SCHEDULE A
Schedule of Quantities (as per PWD-3)

As per separate sheets attached

SCHEDULE B
Schedule of materials to be issued to the contractor:
S.
No.

Description of
item

Quantity

Rates in figures & words at which the


material will be charged to the contractor

Place of
issue

-----------NIL ---------------SCHEDULE C
Schedule of Tools and Plants to be hired to the contractor :
S. No.
Description
Hire charges per day
1
2
3
--------------NIL ----------------

Place of issue
4

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

As attached in tender form

SCHEDULE E:
Reference to General
Conditions of contract:

General Conditions of contract for Central PWD


Works 2014 as amended/ modified up to last date
of submission of bid

Name of Work:

Development of Permanent Infrastructure at 42nd


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

Estimated cost of the work:

Rs. 12,21,97,391/- Civil work


Rs. 1,01,83989/- Elect. work
Rs. 13,23,81,380/- Total
C
I
O

NIL
AE(P)

EE(P)

Page 15

PROFORMA OF SCHEDULES

Earnest money
Performance Guarantee
Security Deposit

Rs. 23,23,814/- (to be returned after receiving


Performance Guarantee)
5% (Five percent) of accepted tendered amount
2.5% (Two Point Five percent) of accepted tendered
amount.

SCHEDULE F
General rules and direction
Executive Engineer, Haldwani Central
Division, CPWD, Haldwani
Maximum percentage of quantity of items See at appropriate clause under definitions
of work to be executed beyond which rates
are to be determined in accordance with
Clause 12.2 & 12.3
Officer inviting tender

Definitions :
Engineer-in-Charge :

Executive Engineer,
Haldwani Central Division,
CPWD, Haldwani or successor
thereof.

2(vii)

Accepting Authority :

Chief Engineer, NZ-IV, CPWD,


Dehradun or successor
thereof.

2(x)

Percentage on cost of materials and


15% for DSR items and M/R
labour to cover all overheads and profits Items
:
Standard Schedule of Rates:

2(v)

2(xi)

Civil Items of Work:

DSR-2014 with up to date correction


slips and Market Rates

2(xii)

Department:

Central Public Works Department

9(ii)

Standard CPWD contract


Form:

GCC 2014, CPWD Form 8 as modified &


corrected up to last date of submission of
bid

Clause 1

i)

Time allowed for submission of


Performance
Guarantee,
Programme Chart(Time and
Progress)
and
applicable
labour licenses, registration
with EPFO, ESIC and BOCW
Welfare Board or proof of
applying thereof from the date
C
I
O

15 Days

NIL
AE(P)

EE(P)

Page 16

PROFORMA OF SCHEDULES

ii)

of issue of letter of acceptance


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

7 Days

Clause 2

Authority for fixing Compensation Superintending


Engineer, Haldwani
under Clause 2
Central Circle, CPWD,
Haldwani or successor
thereof

Clause 2 A

Whether Clause 2A shall be


applicable
i) Number of days from the date of
issue of letter of acceptance for
reckoning date of start
ii) Time allowed for execution of
work

Clause 5

Authority to decide

No
22 Days

18 months

Extension of time

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

Rescheduling of mile
stone

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

Shifting of date of start


in case of delay in
handing
Over site

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

Mile stone/Bar Chart(s)-

As per construction programme given below


Note:- In the event of not achieving the necessary
progress as assessed from mile stone chart, 1.25% of
the accepted tendered value of work will be withheld
for failure of each mile stone.

Mile stones of the Contract


Sl.
No.

Description of mile stone

Period for
completion
from date of
start in
days/months
C
I
O

Withheld
amount for non
achievement of
mile stone.

NIL
AE(P)

EE(P)

Page 17

PROFORMA OF SCHEDULES

Description of mile stone

Period for
completion
from date of
start in
days/months

Withheld
amount for non
achievement of
mile stone.

RCC upto Plinth Level of all works.


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

05 months

1.25%
of
the
accepted tendered
value.

Complete RCC structure of all floors and


brick work in ground floor complete, internal
sanitary work & water supply in ground
floor toilets.
Electrical conduits in connected work
complete.
Total financial value of work under this mile stone
shall not be less than Rs. 750.00 lacs excluding
secured advance.

10 months

1.25%
of
the
accepted tendered
value.

Brick work and plaster complete. Steel


windows and section, Flooring in all floors
complete. Sanitary pipe work complete.
Electrical conduit & wiring in connected
work complete.
Total financial value of work under this mile stone
shall not be less than Rs. 1200.00 lacs excluding
secured advance

15 months

1.25%
of
the
accepted tendered
value.

18 months

1.25%
of
the
accepted tendered
value.

2 months after
casting of
Ground Floor
slab

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

Sl.
No.

Fixing of Doors & windows, Plumbing &


Sanitary fixures, final internal & External
painting work etc., completion of all work as
per agreement
Electrical wiring & fixing of electrical fittings.
Testing & commissioning of all services as
per agreement and cleaning of site.
Removal of civil & electrical works related all
defects & Cleaning of site

Sample of toilet of each building

The withheld amount due to non-achievement of mile stone may be released if the
subsequent mile stone is achieved in the specified time.
Mile stones shall be applicable both for Major Component (Civil Work) as well as for Minor
Component (Electrical Work) of the work as attached. The main contractor will ensure that
electrical components of the work are executed in time without giving any chance for
C
I
O

NIL
AE(P)

EE(P)

Page 18

PROFORMA OF SCHEDULES

slippages of mile stones on account of delay in execution of associated electrical work by


him. However, in case mile stones are not achieved by the contractor for the work, the
amount shown against milestone shall be withheld by the Executive Engineer in charge of
the major component.
Note : Intending tenderer may submit physical activities/mile stones on the basis of their
resources and methodology at the time of tendering corresponding to physical mile stones
/stages as indicated in the above table. These shall be formed part of agreement after
approval of the accepting authority, otherwise it would be assumed that agency agrees with
the above mentioned physical mile stones.
Clause 6/ 6A
Clause 7

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

Clause 6A
Rs. 80 Lacs

Clause 7A

Whether Clause 7A shall be applicable

Clause 10A

List of testing equipment to be provided by the contractor at site lab.


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

Clause 10 B
(ii), (iii)

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


applicable.

Clause 10 C

Component of labour expressed as


percentage of value of work

Yes

No

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

C
I
O

NIL
AE(P)

EE(P)

Page 19

PROFORMA OF SCHEDULES

Clause 10 CA

Clause 10 CC

Materials covered
under this clause.

Nearest material (other Base price of all the


than
cement, materials covered under
reinforcement bars and clause 10 CA
structural steel) for which
All India Whole sale price
Index is to be followed.

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

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

Base price will be


Considered as issued by
CE(NZ-IV) for the month
of August, 2015.

Clause 10CC to be applicable in contracts with Applicable


stipulated period of completion exceeding the (12 months)
period shown in next column
Schedule of component of other materials,
labour, POL etc. for price escalation:
Xm=40%
a) Component of
Civil(except materials
covered under clause 10 CA)/Electrical
construction materials expressed as percent of
Y=25%
total value of work
b)
Component of Labour expressed as
Z=Nil%
percent of total value of work
c) Component of P.O.L. expressed as percent
of total value of work.

Clause 11

Specification to be followed for execution of work:

For Civil
CPWD Specifications 2009 Vol. 1 and Vol. 2 with up to date correction
items of work slips.(Hereinafter called CPWD specifications) and as per manufacturers
specification and recommendations. For road items, MORTH
Specifications shall be followed.
Clause 12
Type of work Project Work and Original work/New
Road Construction Work
12.2 & 12.3

12.5

Deviation limit beyond which clause


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

30%
30%

(ii)Deviation limit for items in earth work


C
I
O

100%

NIL
AE(P)

EE(P)

Page 20

PROFORMA OF SCHEDULES

subhead of DSR or related items


Clause 16

Competent Authority for Deciding reduced rates:


For Civil items of work

Clause 18

Chief Engineer, NZ-IV,


CPWD, Dehradun or
successor thereof.

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


contractor at site on Page no. 91-92

Clause 25

Constitution of Dispute Redressal Committee


Chairman-1
Members-2

Constitution of Dispute Redressal Committee


For Total Claims Up to
Rs.25 Lacs

(i)Director (Works cum TLQA),


NR-II, Lucknow
(ii) SE(C), Lucknow Central
Circle, Lucknow
(For Civil / Composite Claims) or
SE(E), Lucknow Central
Electrical Circle, Lucknow
(For Electrical Claims only)

Requirement of Technical Representative(s) and Recovery Rate


Designation
Rate at which recovery
(Principal
shall be made from the
Technical/
contractor in the event of
Technical
not fulfilling provision of
representative
Clause 36(i) Per person
number

Clause 36(i)
Sl
.
Minimum
N Qualification of
o.
Technical
Representative

Minimum
experience

Member

Director (Works cum TLQA), NR-II,


Lucknow
(i)EE(C), Dehradun Central DivisionI, Dehradun or EE(E), Dehradun
Central Electrical Division
(ii) EE(C), Almora Central Division,
Almora (For Civil / Composite
Claims) or EE(E), Dehradun Central
Electrical Division(For Electrical
Claims only)

Discipline

Chairman

For Total Claims more than


Rs.25 Lacs
CE,NZ-II Lucknow

Figures (Rs. Words ( Rs.


Per person) Per person)

(For Civil Work)

C
I
O

NIL
AE(P)

EE(P)

Page 21

PROFORMA OF SCHEDULES

Graduate
Engineer
Or
Diploma
Engineer

Graduate
Engineer
Or
Diploma
Engineer

Civil

i) Graduate
Engineer

Project
Manager

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

1 No

Rs. 30,000/Rs. Thirty


PM Thousand
per month

Project / site
Engineer

5 years.
Or
10 years.
respectively

1 No

Rs. 25000/- Rs. Twenty


PM
five
thousand
per month

Project
Plaining/Quality/
Site/Billing
Engineer

2 years.
Or
5 years.
respectively

1 No

Rs. 15000/- Rs. Fifteen


PM thousand
per month

Project
Plaining/Quality/
Site/Billing
Engineer

2 years.
Or
5 years.
respectively

1 No

Rs. 15000/- Rs. Fifteen


PM thousand
per month

Graduate
Engineer
Or
Diploma
Engineer

Electrical

(For Electrical
Work)

Assistant Engineers retired from Government services that are holding Diploma
will be treated at par with Graduate Engineers. Even if contractor (or partner in case of
firm/company) is himself an Engineer/Overseer(s), it is necessary on part of contractor to
employ Engineer(s) and/or/Overseer for the supervision of the work(s) as per stipulation.
For supervision of civil as well as electrical items of work, technical representatives of the
respective disciplines will be required to be deployed.
Clause
42
i)

a)

ii)

Schedule/ statement for determining theoretical


quantity of cement & bitumen on the basis of
Delhi Schedule of Rates printed by CPWD
Variations
quantities

a)

permissible

on

D.S.R. 2014 with


up to date
correction slips

theoretical

Cement for works with estimated cost put to


tender not more than Rs. 5 lakhs.

3% plus/minus

For works with estimated cost put to Tender is


more than Rs. 5 lakhs

2% plus/minus

C
I
O

NIL
AE(P)

EE(P)

Page 22

PROFORMA OF SCHEDULES

b)

Bitumen all works

2.5% plus only &


nil on minus
side.

c)

Steel reinforcement and structural steel Sections


for diameter, section and category.

d)

All other materials

2% plus/minus.
Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No

Rates in figures and words at which recovery


shall be made from the contractor
Description of items

Excess beyond
permissible variation

1.

PPC Cement

N. A

2.

Steel reinforcement (TMT )


Bars

N.A.

3.

Structural Steel sections

N.A.

C
I
O

Less use beyond the


permissible variation
110% of base price
considered for the
operation of clause
10 CA.

NIL
AE(P)

EE(P)

Page 23

PROFORMA OF SCHEDULES

INTEGRITY PACT
To,
..,
..,
..
Sub: NIT No. . for the work ...................
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf
of the CPWD.
Yours faithfully

Executive Engineer

C
I
O

NIL
AE(P)

EE(P)

Page 24

PROFORMA OF SCHEDULES

To,
Executive Engineer,
..,
..
Sub: Submission of Tender for the work of ........
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance
with terms and conditions of the tender/bid.
Yours faithfully

(Duly authorized signatory of the Bidder)

C
I
O

NIL
AE(P)

EE(P)

Page 25

PROFORMA OF SCHEDULES

To be signed by the bidder and same signatory competent / authorised to


sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

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


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

C
I
O

NIL
AE(P)

EE(P)

Page 26

PROFORMA OF SCHEDULES

Article 1: Commitment of the Principal/Owner


1)

The Principal/Owner commits itself to take all measures necessary to prevent


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

2)

(b)

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

(c)

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


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

If the Principal/Owner obtains information on the conduct of any of its employees


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

Article 2: Commitment of the Bidder(s)/Contractor(s)


1)

It is required that each Bidder/Contractor (including their respective officers,


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

2)

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


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

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


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

b)

The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
C
I
O

NIL
AE(P)

EE(P)

Page 27

PROFORMA OF SCHEDULES

applies in particular to prices, specifications, certifications, subsidiary


contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c)

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

d)

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


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

e)

The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
Contract.

3)

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


outlined above or be an accessory to such offences.

4)

The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government
interests.

5)

The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her
reputation or property to influence their participation in the tendering process).

C
I
O

NIL
AE(P)

EE(P)

Page 28

PROFORMA OF SCHEDULES

Article 3: Consequences of Breach


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

If the Bidder(s)/Contractor(s), either before award or during execution of Contract


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

2)

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


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

3)

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


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

Article 4: Previous Transgression


1)

The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach or
with Central Government or State Government or any other Central/State Public
Sector Enterprises in India that could justify his exclusion from the Tender process.

2)

If the Bidder makes incorrect statement on this subject, he can be disqualified from
the Tender process or action can be taken for banning of business dealings/ holiday
listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3)

If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
C
I
O

NIL
AE(P)

EE(P)

Page 29

PROFORMA OF SCHEDULES

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1)

The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


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

2)

The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.

3)

The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


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

This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.

2)

Changes and supplements need to be made in writing. Side agreements have not
been made.

3)

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

4)

Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement
to their original intensions.

5)

It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

C
I
O

NIL
AE(P)

EE(P)

Page 30

PROFORMA OF SCHEDULES

All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity
Pact will have precedence over the Tender/Contact documents with regard any of
the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at
the place and date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place :
Dated :

C
I
O

NIL
AE(P)

EE(P)

Page 31

PROFORMA OF SCHEDULES

SALIENT / MANDATORY REQUIREMENTS FOR THE TENDERER


Name of
Work:

3
4

6
7
8
9

10

Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB


Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o Non Residential
Buildings consisting of Trademen Shop, GOs Mess & Single officer
accommodation, 1 No. 128 Men Barrack, 10 Bedded Hospital, Quarter
guard, Quarter Master Store, including Internal Electrical Installation and
Fans).
The tenderer is advised to read and examine the tender documents for the work
and the set of drawings available with Engineer-in-charge. He should inspect
and examine the site and its surroundings by himself before submitting his
tender.
Separate schedule of quantity is included in this tender for civil and electrical
items of work. If the tenderer wants to offer any unconditional rebates on their
rates, the same should also be offered in the respective components of civil and
electrical schedule separately. The contractor shall quote the Item rates in
figures and words accurately so that there is no discrepancy in rates written in
figures and words.
Time allowed for the execution of work is 18 months.
The contractor(s) shall submit a detailed program of execution in accordance
with the master programme/milestone within ten days from the date of issue of
award letter.
Quality of the project is of utmost importance. This shall be adhered to in
accordance with the provisions of CPWD specifications and guidelines given in
the relevant paras.
The contractor (s) shall make his own arrangements for electricity and water
required for the execution of work.
Cement shall be arranged by the contractor himself.
Steel Reinforcement shall be arranged by the contractor himself.
Contractor has to deploy required Plant and machinery on the project. Minimum
number of plant and machinery to be deployed by him is indicated in this NIT.
However, if any additional type and number of plants and machines are required
at site, the same shall be deployed by the agency without any extra cost which
shall be in order to adhere to the time schedule, as specified in this NIT. In case
the contractor fails to deploy the plant and machinery whenever required and as
per the direction of the Engineer-in-charge, he (Engineer-in-charge) shall be at a
liberty to get the same deployed at the risk and cost of the contractor.
The contractor shall submit the running bills in the shape of the computerised
MB in pages of A-4 size as per the standard format of department and shall act
as per modified clause 6A of CPWD-8.

11

Contractor has to provide reinforcement cover blocks made of approved


proprietary pre packed free flowing mortars (Conbextra as manufactured by M/s
Fosroc Chemical India Ltd. or approved equivalent) of high early strength.

12

The officer inviting tenders shall have the right of rejecting all or any of the
tenders and will not be bound to accept the lowest or any other tender.
C
I
O

NIL
AE(P)

EE(P)

Page 32

PROFORMA OF SCHEDULES

13

14

15

16

17

18
19

20

In the case of any tender where unit rate of any item / items appear unrealistic,
such tender will be considered as unbalanced and in case the tenderer in unable
to provide satisfactory explanation such a tender is liable to be disqualified and
rejected.
The Contractor, whose tender is accepted, will be required to furnish
performance guarantee of 5% (Five Percent) of the tendered amount within the
period specified in Schedule "F".
The Contractor, whose tender is accepted, will also be required to furnish by
way of Security deposit for the fulfilment of his contract, an amount equal to 5%
of the tendered value of the work. The Security deposit will be collected by
deductions from the running bills of the contractor at the rates mentioned above
and the earnest money deposited at the time of tender, will be treated as a part
of the security deposit.
On acceptance of the tender, the name of the accredited representative(s) of the
contractor who would be responsible for taking instructions from the Engineer-inCharge shall be communicated in writing to the Engineer-in-charge.
Sales Tax/VAT, purchase tax, turnover tax or any other tax on material in
respect of this contract shall be payable by the Contractor and Government will
not entertain any claim whatsoever in respect of the same.
The contractor shall give a list of both Gazetted and Non-Gazetted CPWD
employees related to him.
The tender for composite work includes in addition to building work all other
works such as sanitary and water supply installations drainage installation,
electrical work, horticulture work, roads and paths etc. The tenderer apart from
being a registered contractor (B&R) of appropriate class, must associate himself
with agencies of appropriate class which are eligible to tender for sanitary and
water supply drainage, electrical and horticulture works in the composite tender.
The contractor shall comply with the provisions of the Apprentices Act 1961, and
the rules and orders issued there under from time to time. If he fails to do so, his
failure will be a breach of the contract and the Superintending
Engineer/Executive Engineer may in his discretion, without prejudice to any
other right or remedy available in law, cancel the contract. The contractor shall
also be liable for any pecuniary liability arising on account of any violation by him
of the provisions of the said Act.

C
I
O

NIL
AE(P)

EE(P)

Page 33

PROFORMA OF SCHEDULES

ADDITIONAL CONDITIONS
1.

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


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

2.

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

3.

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

4.

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

5.

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

6.

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

7.

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

8.

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

9.

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

10.

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

11.

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

NIL
AE(P)

EE(P)

Page 34

PROFORMA OF SCHEDULES

12.

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

13.

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

14.

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

15.

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

16.

For the purpose of recording measurements and preparing running account bills, the
abbreviated nomenclature indicated in the publications Abbreviated Nomenclature
of Items of DSR 2014 shall be accepted. The abbreviated nomenclature shall be
taken to cover all the materials and operations as per the complete nomenclature of
the relevant items in the agreement and relevant specifications.
In case of items for which abbreviated nomenclature is not available in the aforesaid
publication and also in case of extra and substituted items for which abbreviated
nomenclature are not provided for in the agreement, full nomenclature of item shall
be reproduced in the measurement books and bill forms for running account bills.
For the final bill, however, full nomenclature of all the items shall be adopted in
preparing abstract in the measurement books and in the bill forms.

17.

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

18.

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

19.

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

20.

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

21.

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

22.

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

NIL
AE(P)

EE(P)

Page 35

PROFORMA OF SCHEDULES

safe custody on the direction of the Engineer-in-charge till the same are fixed in
position by him & nothing extra shall be paid on this account.
23.

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

24.

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

25.

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

26.

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

27.

Contractor shall have to execute a Guarantee Bond in respect of Water Proofing


works as per Performa attached in this N.I.T. He shall also have to execute
guarantee bonds for water supply and sanitary installations work on the Performa
attached in this NIT.

28.

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

29.

Wherever work is specified to be done or material procured through specialized


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

30.

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

31.

The construction joints shall the provided in predetermined locations only as


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

C
I
O

NIL
AE(P)

EE(P)

Page 36

PROFORMA OF SCHEDULES

32.

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

33.

No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has


to execute the electrical work accordingly.

34.

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

35.

The contractor or his authorized representative shall associate in collection,


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

36.

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

37.

Departmental Issue of Materials:

37.1

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

37.2

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

37.3

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

C
I
O

NIL
AE(P)

EE(P)

Page 37

PROFORMA OF SCHEDULES

place of issue. The provision of this para shall apply equally and fully to those as
well.
37.4

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

37.5

Registers for the materials to be issued by the department shall be maintained as


required by the Engineer-in-charge and these shall be signed by the contractor or
his authorized agent and representative of Engineer-in-charge on each day of
transactions.

37.6

Cement bags shall be stored in separate godowns to be constructed by the


contractor at his own cost as per sketch (which is only indicative and actual size will
depend on the site requirements) given in CPWD specifications with weather proof
roofs and walls. Each godown shall be provided with a single shutter door with two
locks. The key of one lock shall remain with Engineer-in-charge or his authorized
representative and that of the other lock with the authorized agent of the contractor
at the site of work so that the cement is issued from the godown according to the
daily requirements with the knowledge of both parties and proper account for the
same is maintained in the standard proforma.
PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF RECEIPT
Date
of
receipt
1

Quantity
received

Progressiv
e total

Date of
issue

Quantity
issued

Items of work
for which
issued
6

PARTICULARS OF ISSUE
Qty.
returned at
the end of
the day
7

Total
issued

Daily balance
in hand

Contractor's
initial

10

JEs
initial

Remarks
(AE/EEs
periodical
check)
12

11

Separate cement registers showing the receipt of the OPC and PPC shall be
maintained at site. The contractor shall construct separate godowns for storage of
OPC & PPC at site and nothing extra on this account shall be payable.
37.7

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

C
I
O

NIL
AE(P)

EE(P)

Page 38

PROFORMA OF SCHEDULES

GENERAL CONDITIONS

The contractor (s) shall inspect the site of work before tendering and acquaint
himself with the site conditions and no claim on this account shall be entertained by
the department.
The contractor (s) shall get himself acquainted with nature and extent of the work
and satisfy himself about the availability of materials from kiln or approved quarries
for collection and conveyance of materials required for construction.

2.

The contractor (s) shall study the soil investigation report for the site, available in the
office of the Engineer-in-Charge and satisfy himself about complete characteristics
of soil and other parameters of site. However, no claim on the alleged inadequacy or
incorrectness of the soil data supplied by the department shall be entertained.

3.

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

4.

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

5.

The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night speed limit boards red flags, red lights and providing
barriers. He shall be responsible for all dangers and incidents caused to existing /
new work due to negligence on his part. No hinderances shall be caused to traffic
during the execution of the work.

6.

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

7.

Contractor shall provide permanent bench marks and other reference points for the
proper execution of work and these shall be preserved till the end of work. All such
reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings

8.

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

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

b)

Ground and invert levels of all drainage pipes together with locations of all
manholes and connections upto outfall.
C
I
O

NIL
AE(P)

EE(P)

Page 39

PROFORMA OF SCHEDULES

c)

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

If above said drawings are not submitted by the contractor within the above
specified time then final bill will not be paid and Security Deposit shall not be
released.
9.

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


specialized agencies of repute along with their technical capacity proposed to be
engaged by him for executing specialized works, who must have executed
satisfactorily works of value as specified in mandatory conditions.

10.

The works shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time by the Engineer-in-Charge.
Before commencement of any item of work, the contractor shall correlate all the
relevant architectural and structural drawings issued for the work and satisfy himself
that the information available thereof is complete and unambiguous. The
discrepancy, if any shall be brought to the notice of the Engineer-in-Charge before
execution of the work. The contractor alone shall be responsible for any loss or
damage executing by the commencement of work on the basis of any erroneous
and or incomplete information.

11.

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

12.

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

13.

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

14.

The contractor shall conduct work so as not to interfere with or hinder the progress
or completion of the work being performed by other contractor(s) or by the Engineerin-Charge and shall as far as possible arrange his work and shall place and dispose
off the materials being used or removed so as not to interfere with the operations of
other contractor or he shall arrange his work with that of the others in an acceptable
and coordinated manner and shall perform it in proper sequence to the complete
satisfaction of others.

C
I
O

NIL
AE(P)

EE(P)

Page 40

PROFORMA OF SCHEDULES

15.

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

16.

PROGRAMME CHART
i)

The contractor shall prepare an integrated programme chart for the execution of
work, showing clearly all activities from the start of work to completion, with
details of manpower, equipment and machinery required for the fulfilment of the
programme within the stipulated period or earlier as indicated in the mile stones
under clause 5 of the contract and submit the same for approval to the
Engineer-in-Charge within ten days of the award of the contract.

ii) The programmes chart should include the following:a) Descriptive note explaining sequence of various activities.
b) Net work (PERT/CPM/BAR CHART)
c) Programme for procurement of materials by the contractor
d) Programme of procurement of machinery/equipments having adequate
capacity commensurate with the quantum of work to be done within the
stipulated period by the contractor.
19.

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

20.

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


furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of Engineerin-Charge to take action against the contractor as per terms and conditions of the
agreement.

21.

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

22.

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services encountered in the course of the execution of work shall be protected
against the damage by the contractor at his own expense. The contractor shall not
store materials or otherwise occupy any part of the site in a manner likely to hinder
the operation of such services.

23.

The contractor shall be responsible for the watch and ward/guard of the buildings,
safety of all fittings and fixtures including sanitary and water supply fittings and
fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the
department. No extra payment shall be made on this account.

24.

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

C
I
O

NIL
AE(P)

EE(P)

Page 41

PROFORMA OF SCHEDULES

work and which shall be duly signed by the contractor or his authorised
representative.
25.

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

26.

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

27.

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

28.

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

29.

For construction works which are likely to generate malba/rubbish to the tune of
more than a tempo/truck load, contractor shall dispose of malba, rubbish & other
unserviceable materials and wastes at their own cost to the notified/specified
dumping ground and under no circumstances these shall be stacked/dumped, even
temporarily outside the construction premises.

30.

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

C
I
O

NIL
AE(P)

EE(P)

Page 42

PROFORMA OF SCHEDULES

ADDITIONAL SPECIFICATIONS
1.

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

2.

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

Nomenclature of items as per schedule of quantities.

ii)

Additional conditions, General Conditions, Additional Specification and


Particular Specifications attached with the tender document.

iii)

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

iv)

Architectural Drawings.

v)

Indian standard specifications of B.I.S.

vi)

Sound Engineering Practice.

vii)

Decision of Engineer-in-charge.

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


imply to the latest version of that standard. Including such revision/amendments as
issued by the bureau of Indian standard upto last date of receipt of tenders. The
contractor shall keep at his own cost all such publications of relevant Indian
standard applicable to the work at site.
3.

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


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

4.

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

5.

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

C
I
O

NIL
AE(P)

EE(P)

Page 43

PROFORMA OF SCHEDULES
6.

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

7.

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

8.

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

9.

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

10.

The work shall be executed and measured as per metric dimensions given in the
schedule of quantities, drawings etc. (FPS units wherever indicated are for
guidelines only).

11.

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

12.

The rate of items of flooring is inclusive of providing sunk flooring in Bath-rooms,


kitchen, etc. and nothing extra on this account shall be payable.

13.

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

14.

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

C
I
O

NIL
AE(P)

EE(P)

Page 44

PROFORMA OF SCHEDULES

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

C
I
O

NIL
AE(P)

EE(P)

Page 45

PROFORMA OF SCHEDULES

1.

The contractor shall ensure quality control measures on different aspects of


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

2.

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

3.

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

4.

Test Laboratories :

A)

Laboratory at site :
The contractor shall establish a testing lab at site and provide testing equipment
and materials for the field tests mentioned in the list of mandatory tests given in
CPWD specifications 2009 Vol. 1 & 2. Nothing extra shall be payable to him on this
account.
The representatives of the department shall be at liberty to inspect the testing
facilities at site and conduct testing at random in consultation with Engineer in
charge. The contractor shall provide all necessary facilities for the purpose. The
laboratory shall be equipped, inter alia, with the following equipments:
a) Balances:
i)

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

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


iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.
b) Ovens- Electrically operated, thermostatically controlled upto 1100CSensitivity
c) Sieves: as per IS: 460
C
I
O

NIL
AE(P)

EE(P)

Page 46

PROFORMA OF SCHEDULES

i) IS Sieves 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm,
40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid
and pan.
ii) IS Sieves 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18
mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90
microns, 75 microns with lid and pan.
d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated
with timing switch assembly.
e) Equipment for slump test- slump cone, steel plate, taping rod, steel scale,
scoop.
f)
i)

Equipment for concrete testing


Concrete cube moulds 15x15x15cm.

18Nos.

ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm

1 No.

iii) Extra Bottom plates for 15cm cube mould

6 Nos.

iv) Standard Vibration table for cubes

1 No

v) Dial gauges 25 mm travel- 0.01 mm/division Least count-

1 No.

vi) Compression testing machine of 100 tonne capacity.

1 No.

Not less than 90% tests for material be performed at site lab with above stated
equipments, however at least 10% testing of materials shall be got done from
external laboratories.

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

laboratories, the contractor shall supply free of charge all the materials required for
testing, including transportation. If the tests which were to be conducted in the site
laboratory are conducted in other laboratories for any the reasons the cost of such
tests shall be borne by the contractor.
B)

Other Laboratories :

B1

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

C)

Sampling of Materials :

C1

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

NIL
AE(P)

EE(P)

Page 47

PROFORMA OF SCHEDULES

available, the quality of samples brought by the contractor shall be judged by


standards laid down in the relevant BIS specifications. All materials and articles
brought by the contractor to the site for use shall conform to the samples approved
by the Engineer-in-Charge which shall be preserved till the completion of the work.
C2

The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material/work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-Charge.

C3

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

C4

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

C5

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

C6

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

C7

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

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

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

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

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

C
I
O

NIL
AE(P)

EE(P)

Page 48

PROFORMA OF SCHEDULES

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

10

In case there is any discrepancy in frequency of testing as given in the list of


mandatory test and that in the individual sub-head of work as per CPWD
specification 2009 Vol. 1 & 2 the higher of the two frequencies of testing shall be
adopted.

11

Maintenance of Cement Register:

(i)

All the register of tests to be carried out at construction site or in outside


laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-Charge in the same manner as being issued to CPWD
field staff.

(ii)

The test registers to be issued to the contractor are :


a)
Materials at site account register.
b)

Cement register.

c)

Master test registers.

d)

Cube test register.

e)

Paint register.

f)

Inspection register.

g)

Drawing register.

(iii)

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

(iv)

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

(v)

Submission of copy of all test registers, material at site register along with each
alternate running account bill and final bill shall be mandatory. These registers
should be duly checked by AE(P) in division office.

12

Ultrasonic Pulse Velocity Method of Test for RCC


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

ii)

The quality of concrete in terms of uniformity, incidence or absence of


internal flaws, cracks and segregation etc. indicative of the level of
workmanship employed, can thus be assessed using the guidance given in
table below, which have been evolved for characterizing the quality concrete
in structure in term of the ultrasonic pulse velocity.

C
I
O

NIL
AE(P)

EE(P)

Page 49

PROFORMA OF SCHEDULES

Velocity criterion for Concrete Quality Grading

tests.

S.

Pulse Velocity by Cross Probing

Concrete Quality
Grading

No.

(Km/Sec.)

Above 4.5

Excellent

4.5 to 3.5

Good

3.5 to 3.0

Medium

Below 3.0

Doubtful

Note : In Case of doubtful quality it may be necessary to carry further

iii)

iv)

v)

Pulse velocity method of test of concrete is to be conducted for CPWD


works as a routine test. The acceptance criteria as per the above table will
be applicable which is as per IS 13311 (part-1): 1992. From the above
Good and Excellent grading are acceptable and below these grading the
concrete will not be acceptable.
5% of the total number of RCC members in each category i.e. beam,
column, slab and footing may be tested by UPV test method for
establishing quality of concrete. It is suggested that test be conducted on
RCC beam near joint with column, on RCC column near joint with beam, on
RCC footings and rafts. On RCC rafts a suitable grid can be worked out for
determining number of tests. In addition doubtful areas such as
honeycombed locations, locations, where continuous seepage is observed,
construction joints and visible loose pockets will also be tested.
The test results are to be examined in view of the above acceptance criteria
Good and Excellent and wherever concrete is found with less than
required quality as per acceptance criteria, repairs to concrete will be
made. Honeycombed areas and loose pockets will be repaired by grouting
using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy
Mortar ,etc. after chipping loose concrete in appropriate manner. In areas
where concrete is found below acceptance criteria and defects are not
apparently visible on surface ,injecting approved grout in appropriate
proportion using epoxy grout /acrylic Polymer modified cements slurry made
with shrinkage compensating cement / plain cement slurry etc will be
resorted to for repairs.(refer relevant chapters from CPWD Hand Book on
Repairs and Rehabilitation of RCC Buildings).Repair to concrete will be done
till satisfactory results are obtained as per the acceptance criteria by
retesting of the repaired area. If satisfactory results are not obtained
C
I
O

NIL
AE(P)

EE(P)

Page 50

PROFORMA OF SCHEDULES

dismantling and relaying of concrete will be done.


1.3.5

The contractor shall supply free of charge the materials required for testing
including its transportation cost to testing laboratories. The cost of tests carried out
shall be borne by the contractor / Department in the manner indicated below:
By the contractor, if the results show that the material does not
conform to relevant codes / particular specification / manufacturers
specification. (b) By the Department, if the results show that the material
conforms to relevant codes / particular specification / manufacturers
specification.
The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-in-charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.

(a)

1.3.6

1.3.7 REMOVAL OF REJECTED/SUB-STANDARD MATERIALS


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

Whenever any material brought by the contractor to the site of work is


rejected, entry thereof should invariably be made in the Site Order Book
under the signature of the Assistant Engineer, giving the approximate
quantity of such materials.
As soon as the material is removed, a certificate to that effect shall be
recorded by the Assistant Engineer against the original entry, giving the
date of removal and mode of removal, i.e., whether by truck, carts, or by
manual labour. If the removal is by truck, the registration number of the
truck should be recorded.
When it is not possible for the Assistant Engineer to be present at the site
of work at the time of actual removal of the rejected/sub-standard
materials from the site, the required certificate should be recorded by the
Junior Engineer, and the Assistant Engineer should countersign the certificate
recorded by the Junior Engineer.

C
I
O

NIL
AE(P)

EE(P)

Page 51

PROFORMA OF SCHEDULES

1.

The contractor shall procure Portland Pozzolana Cement conforming to IS: 1489
(Part-I) as required in the work, from reputed manufacturers of cement, such
as A.C.C., Ultratech, Vikram, Shri cement, Ambuja, Jaypee Cement, Century
Cement, J.K. Cement or from any other reputed cement Manufacturer
having a production capacity not less than one million tonnes per
annum as approved by ADG for the sub region. The tenderers may also
submit a list of names of cement manufacturers which they propose to use in
the work. The tender accepting authority reserves right to accept or reject
name(s) of cement manufacturer(s) which the tenderer proposes to use in the
work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the
tenderer, fully or partially.
Supply of cement shall be made in 50 kg. bags bearing manufacturers name
and ISI marking. Samples of cement arranged by the contractor shall be taken
by the Engineer-in-Charge and got tested in accordance with provisions of the
relevant BIS codes. In case the test results indicate that the cement arranged
by the contractor does not confirm to the relevant BIS code the same shall
stand rejected and shall be removed from the site by the contractor at his own
cost within a weeks time of written order from the Engineer-in-Charge to do
so.

2.

The cement shall be brought at site in bulk supply of approximately 50 tonnes


or as decided by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 1000 bags of
cement shall be constructed by the contractor at site of work for which no extra
payment shall be made.

3.

Double lock provision shall be made to the door of the cement godown. The
keys of one lock shall remain with the Engineer-in-charge or his authorized
representative and the key of the other lock shall remain with the contractor.
The contractor shall be responsible for the watch and ward and safety of the
cement godown. The contractor shall facilitate the inspection of the cement
godown by the Engineer-in-Charge at any time.

4.

The cement shall be got tested by the Engineer-in-Charge and shall be used on
the work only after satisfactory test results have been received. The contractor
shall supply free of charge the cement required for testing including its

C
I
O

NIL
AE(P)

EE(P)

Page 52

PROFORMA OF SCHEDULES

transportation cost to test laboratories. The cost of tests shall be born by the
contractor/department in the manner indicated below :
a)

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

b)

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

5.

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

6.

The cement brought to site and the cement remaining unused after completion
of the work shall not be removed from site without the written permission of the
Engineer-in-Charge.

7.

The damaged cement shall be removed from the site immediately by the
contractor on receipt of a notice in writing from the Engineer-in-Charge. If he
does not do show within three days of receipt of such notice, the Engineer-inCharge shall get it removed at the cost of the contractor.

8.

The contractor may use OPC in place of PPC only after written permission of
Engineer-in-Charge. In such case, no extra payment shall be made in any form
to the contractor by the Department.

C
I
O

NIL
AE(P)

EE(P)

Page 53

PROFORMA OF SCHEDULES

1.

The contractor shall procure TMT bars of Fe 500 D grade from primary steel
producers such as SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power Ltd
and JSW Steel Ltd or any other producer as approved by CPWD who
are using iron ore as the basic raw material/input and having crude
steel capacity of 2.0 million tonnes per annum and above.
1.1

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

2.

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

3.

Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in the relevant BIS codes. In case the test results
indicate that the steel arranged by the contractor does not conform to the
specifications as defined under para 1.1 and 1.2 above, the same shall stand
rejected and it shall be removed from the site of work by the contractor at his
cost within a week time of written orders from the Engineer-in-charge to do so.

4.

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

5.

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

6.

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

For consignment
below 100 tonnes

For consignment
over 100 tonnes

Under 10 mm dia
bars

One sample for each


25 tonnes or part
thereof

One sample for each


40 tonnes or part
thereof

10 mm to 16 mm dia
bars

One sample for each


35 tonnes or part
thereof

One sample for each


45 tonnes or part
thereof

Over 16 mm dia bars

One sample for each


45 tonnes or part

One sample for each


50 tonnes or part

C
I
O

NIL
AE(P)

EE(P)

Page 54

PROFORMA OF SCHEDULES

thereof

thereof

7.

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

8.

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

9.

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

10.

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

11.

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

12.

Reinforcement including authorized spacer bars and lappages shall be measured


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

13.

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

14.

Records of actual sectional weight shall also be kept dia-wise & lot-wise. The
average sectional weight for each diameter shall be arrived at from samples
from each lot of steel received at site. The decision of the Engineer-in-Charge
shall be final for the procedure to be followed for determining the average
sectional weight of each lot. Quantity of each diameter of steel received at site
of work each day will constitute one single lot for the purpose. The weight of
steel by conversion of length of various sizes of bars based on the actual
weighted average sectional weight shall be termed as derived actual weight.

15.

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

C
I
O

NIL
AE(P)

EE(P)

Page 55

PROFORMA OF SCHEDULES

If the derived actual weight is found more then the standard weight then the
standard weight as worked out in para 13 above shall be taken for payment. In
such case nothing extra shall be paid for the difference between the derived
actual weight and the standard weight.
16.

Mixing of different type of steel/different grades of steel shall not be allowed in


the same structural members as main reinforcement to satisfy clause 26.1 of
IS:456.

17.

Tolerances on Nominal Mass (individual sample) shall be as under:Sl. No.

Nominal size mm

Tolerances on the Nominal


Mass, percentage

Upto and including 10 mm

-8%

Over 10 upto & including 16 mm

-6%

Over 16 mm

-4%

C
I
O

NIL
AE(P)

EE(P)

Page 56

PROFORMA OF SCHEDULES

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

Nomenclature of items as per schedule of quantities.

viii)

Particular specification and special condition, if any.

ix)

CPWD specifications.

x)

Architectural Drawings

xi)

Indian standard specifications of B.I.S.

xii)

Sound Engineering Practice

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


imply to the latest version of that standard. Including such revision/amendments as
issued by the bureau of Indian standard upto last date of receipt of tenders. The
contractor shall keep at his own cost all such publications of relevant Indian
standard applicable to the work at site.
2

Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of items in the schedule of
quantities the work shall generally be carried out in accordance with the CPWD
specifications 2009 Vol. 1 and Vol. 2 (with upto date corrections slips). (Hereinafter
to be referred to as CPWD specifications) and instructions of Engineer-in-Charge.
Wherever CPWD specifications are silent the latest IS codes/specification shall be
followed.

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


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

C
I
O

NIL
AE(P)

EE(P)

Page 57

PROFORMA OF SCHEDULES

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


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

a) The contractor (s) shall inspect the site of work before tendering and acquaint
himself with the site conditions and no claim on this account shall be entertained by
the department.
b) The contractor (s) shall get himself acquainted with nature and extent of the
work and satisfy himself about the availability of materials from kiln or approved
quarries for collection and conveyance of materials required for construction.

The contractor (s) shall study the soil investigation report for the site, available in
the office of the Engineer-in-Charge and satisfy himself about complete
characteristics of soil and other parameters of site. However, no claim on the
alleged inadequacy or incorrectness of the soil data shall be entertained.

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

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

The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night speed limit boards red flags, red lights and providing
C
I
O

NIL
AE(P)

EE(P)

Page 58

PROFORMA OF SCHEDULES

barriers. He shall be responsible for all dangers and incidents caused to existing /
new work due to negligence on his part. No hindrances shall be caused to traffic
during the execution of the work.
10

Contractor shall provide permanent bench marks and other reference points for the
proper execution of work and these shall be preserved till the end of work. All such
reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings

11

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

12

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

13

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

14

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

15

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

16

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

NIL
AE(P)

EE(P)

Page 59

PROFORMA OF SCHEDULES

17

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

18

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

19

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

20

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

21

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

22

PROGRAMME CHART
ii) The contractor shall prepare an integrated programme chart for the execution of
work, showing clearly all activities from the start of work to completion, with
details of manpower, equipment and machinery required for the fulfillment of
the programme within the stipulated period or earlier as indicated in the mile
stones under clause 5 of the contract and submit the same for approval to the
Engineer-in-Charge within ten days of the award of the contract.
ii) The programmes chart should include the following:e) Descriptive note explaining sequence of various activities.
f) Net work (PERT/CPM/BAR CHART)
g) Programme for procurement of materials by the contractor

C
I
O

NIL
AE(P)

EE(P)

Page 60

PROFORMA OF SCHEDULES

h) Programme of procurement of machinery/equipments having adequate


capacity commensurate with the quantum of work to be done within the
stipulated period by the contractor.
23

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

24

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


furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of Engineerin-Charge to take action against the contractor as per terms and conditions of the
agreement.

25

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

26

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services encountered in the course of the execution of work shall be protected
against the damage by the contractor at his own expense. The contractor shall not
store materials or otherwise occupy any part of the site in a manner likely to hinder
the operation of such services.

27

The contractor shall be responsible for the watch and ward/guard of the buildings,
safety of all fittings and fixtures including sanitary and water supply fittings and
fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the
department. No extra payment shall be made on this account.

28

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

29

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

C
I
O

NIL
AE(P)

EE(P)

Page 61

PROFORMA OF SCHEDULES

30

The contractor shall take instructions from the Engineer-in-charge for stacking of
materials. No excavated earth or building materials etc. shall be stacked/collected in
areas where other buildings, roads, services, compound walls etc. are to be
constructed.
Any trenching and digging for laying sewer lines/water lines/cables etc. shall be
commenced by the contractor only when all men, machinerys and materials have
been arranged and closing of the trench(s) thereafter shall be ensured within the
least possible time.

31

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


specialized agencies of repute along with their technical capacity proposed to be
engaged by him, who must have executed satisfactorily works of value as specified
in mandatory conditions.
i)

The works shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time by the Engineer-in-Charge.
Before commencement of any item of work, the contractor shall correlate all the
relevant architectural and structural drawings issued for the work and satisfy
himself that the information available there of is complete and unambiguous. The
discrepancy, if any shall be brought to the notice of the Engineer-in-Charge before
execution of the work. The contractor alone shall be responsible for any loss or
damage executing by the commencement of work on the basis of any erroneous
and or incomplete information.

ii)

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

iii) Other agencies will also simultaneously execute and install the works of
electrification, air conditioning, lifts, fire-fighting etc. for this work and the
contractor shall provide necessary facilities for the same. The contractor shall leave
such recesses, holes openings etc. as may be required for the electric, airconditioning and other related works (for which inserts, sleeves, brackets, conduits
C
I
O

NIL
AE(P)

EE(P)

Page 62

PROFORMA OF SCHEDULES

base pinion, clamps etc. shall be supplied free of cost by the department unless
otherwise specifically mentioned) and the contractor shall fix the same at time of
casting of concrete, stone work & brick work, if required and nothing extra shall be
payable on this account.
iv) The contractor shall conduct work so as not to interfere with or hinder the progress
or completion of the work being performed by other contractor(s) or by the
Engineer-in-Charge and shall as far as possible arrange his work and shall place and
dispose off the materials being used or removed so as not to interfere with the
operations of other contractor or he shall arrange his work with that of the others in
an acceptable and coordinated manner and shall perform it in proper sequence to
the complete satisfaction of others.
v)

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

32

Samples of all materials and fittings to be used in the work in respect of brand
manufacturer and quality shall be got approved from the Engineer-in-Charge, well in
advance of actual execution and shall be preserved till the completion of the work.
Articles bearing BIS certifications mark shall only be used unless no manufacturer
has got BIS mark for the particular material. Any material/fitting whose sample has
not been approved in advance and any other unapproved material brought by the
contractor shall be immediately removed as soon as directed.
Unless otherwise specified in the schedule of quantities the rates for all items shall
be considered as inclusive of pumping/baling out water, if necessary, for which no
extra payment shall be made. Those conditions shall be considered to include water
from any source such as inflow of flood, surface and sub-soil water etc. and shall
apply to the execution in any season.

C
I
O

NIL
AE(P)

EE(P)

Page 63

PROFORMA OF SCHEDULES

33

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

d)

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

e)

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

f)

Route of all water supply lines with diameters, location of control valves, access
panels etc.

34

Condition regarding secured advance :Secured advance shall be admissible only on those bonafide materials which are
likely to be used in the work in a period not exceeding six months from the date of
secured advance payment. If agency fails to use the material (in respect of which
secured advance have been paid) in the work in this specified period of six month,
the said component of secured advance shall be recovered from next running
account bill paid to the agency. Secured advance on the same material shall not be
paid again.

C
I
O

NIL
AE(P)

EE(P)

Page 64

PROFORMA OF SCHEDULES

C
I
O

NIL
AE(P)

EE(P)

Page 65

PROFORMA OF SCHEDULES

C
I
O

NIL
AE(P)

EE(P)

Page 66

PROFORMA OF SCHEDULES

1.

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

2. RCC WORK
The work shall be done as per CPWD specifications.
2.1

If the quantity of cement actually used in the work is found to be more than the
theoretical quantity of cement including authorized variation, nothing extra shall be
payable to the contractor on this account. In the event of it being discovered that
after the completion of the work, the quantity of cement used is less than the
quantity ascertained as herein before provided (allowing variation on the minus side
as stipulated in clause 42) the cost of quantity of cement so less used shall be
recovered from the contractor at the rate as specified in schedule F. Decision of
the Engineer-in-Charge in regard to the quantity of cement which should have been
actually used as per the schedule and recovery at the rate specified shall be final
and binding on the contractor.

2.2

For non-scheduled items, the decision of the Superintending Engineer regarding


theoretical quantity of the cement which should have been actually used shall be
final and binding on the contractor.

2.3

Cement brought to site and cement remaining unused after completion of work shall
not be removed from site without written permission of the Engineer-in-Charge.

2.4

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

2.5

Cement register for the cement shall be maintained at site.


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

NIL
AE(P)

EE(P)

Page 67

PROFORMA OF SCHEDULES

daily requirements with the knowledge of both parties and proper account for the
same is maintained in the standard proforma.
PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF RECEIPT
Date
Quantity
Progressive
Date of
Quantity
of
received
total
issue
issued
receipt
1
2
3
4
5

Items of work
for which issued
6

PARTICULARS OF ISSUE
Qty.
returned at
the end of
the day
7
2.6

Total
issued

Daily balance
in hand

Contractor's
initial

JEs
initial

10

11

Remarks
(AE/EEs
periodical
check)
12

DESIGN MIX CONCRETE:


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

2.6.1 Coarse aggregate: As per CPWD Specifications


2.6.2 Fine Aggregate: As per CPWD Specifications.
2.6.3 Water: It shall conform to requirements laid down in IS: 456 : 2000 and CPWD
specifications.
2.6.4 Cement: Cement arranged by the contractor will be PPC (in bags) conforming to
IS: 1489-Part-I. If for any reasons, cement other than that specified in this para for
example OPC of grade 43 or higher grade is brought to site by contractor, the issue,
payments rate as well as the quantity to be used in the design mix concrete will
remain unchanged.
2.6.5 Slump: Design slump should be clearly specified in the mix design.
2.6.6 Admixtures shall not be used without approval of Engineer-in-charge. Wherever
required, admixtures of approved quality shall be mixed with concrete as specified.
The admixtures shall conform to IS: 9103. The contractor shall not be paid anything
extra for admixture required for achieving desired workability without any change in
specified water cement ratio for RCC/CC work.

C
I
O

NIL
AE(P)

EE(P)

Page 68

PROFORMA OF SCHEDULES

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

Grade
designation
i
ii
iii
iv

M
M
M
M

25
30
35
40

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

Specified
characteristic
compressive
strength at 28
days (N/mm2)
25
30
35
40

Minimum
cement
quantity (Kg.
per cum. Mtr.)

Maximum
water
cement
ratio

As per CPWD
specification/
BIS Code

0.50
0.45
0.45
0.40

Note
(i)

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

(ii)

The minimum/maximum cement content for design mix concrete shall be


maintained as per the quantity mentioned above. In case where the quantity
of cement required is higher than the minimum specified above to achieve
desired strength based on an approved mix design extra shall become payable
to the contractor.

(iii) Design slump has to be constantly monitored and maintained during placing of
concrete through slump tests carried out as per CPWD specification 2009 Vol.
1 for Mortar, Concrete and RCC works, and records maintained accordingly.
2.6.8 The concrete mix design/laboratory tests with and without admixture shall be got
done by contractor at his own cost and will be carried out by the contractor through
one of the following laboratory/Test houses:
(i)
IIT Roorkee
(ii)

IET Lucknow

(iii)

HBTI Kanpur

(iv)

AMU Aligarh

(v)

NCCBM Ballabhgarh

(vi)

IIT Delhi

(vii)

Approved Lab/Govt. Engineering Institutions as directed by the Engineer-incharge.

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

NIL
AE(P)

EE(P)

Page 69

PROFORMA OF SCHEDULES

2.6.9 The contractor shall submit the mix design report from any of above approved
laboratory for approval of Engineer-in-Charge within 30 days from the date of issue
of letter of acceptance of the tender. No concreting shall be done until the mix
design is approved by the Engineer-in-charge. In case of white portland cement and
the likely use of admixtures in concrete with PPC/white portland cement the
contractor shall design and test the concrete mix by using trial mixes with white
cement and/or admixtures also for which nothing extra shall be payable.
2.6.10 In case of change of source or characteristic properties of the ingredients used in
the concrete mix during the work, a revised laboratory mix design report conducted
at laboratory established at site shall be submitted by the contractor as per the
direction of the Engineer-in-Charge
2.7

APPROVAL OF DESIGN MIX


The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck=Fck+1.65 s.
Where Fck = Characteristic compressive strength of 28 days
s = Standard deviation which depends on degree of quality control
The degree of quality control for this work is good for which the standard
deviation (s) obtained for different grades of concrete shall be as below:
Grade of Concrete
M 25
M 30
M 35
M 40

For Good quality of control


4.00
5.00
5.00
5.00

Of the six specimen of each set three shall be tested at seven days and remaining
three at 28 days. The preliminary tests at seven days are intended only to indicate
the strength to be attained at 28 days
2.8

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

2.9

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

2.10

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

C
I
O

NIL
AE(P)

EE(P)

Page 70

PROFORMA OF SCHEDULES

2.11 WORK STRENGTH TEST


TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 456 on random
sampling. Each test shall be conducted on six specimens, three of which shall be
tested at 7 days and remaining three at 28 days.
TEST RESULTS OF SAMPLE
The test result of the sample shall be the average of the strength of three
specimen. The individual variation shall not be more than 15 percent of the
average. If more, the test results of the sample are invalid. 90% of the total test
shall be done at the laboratory established at site by contractor and remaining 10%
in the laboratory of CPWD or in any other laboratory as directed by the Engineer-inCharge.
Lot size
The minimum frequency of sampling of concrete of each grade shall be according to
the following:Quantity of concrete in the Number of samples.
work cubic metre per day
1-5
1
6-15
2
16-30
3
31-50
4
51 & above
4 + one additional sample for additional 50
cubic metre or part thereof.
Note: At least one sample shall be taken from each shift.
2.12

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

2.13

In case of rejection of concrete on account of unacceptable compressive strength


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

NIL
AE(P)

EE(P)

Page 71

PROFORMA OF SCHEDULES

2.14

Only MS centering/shuttering and scaffolding material unless & otherwise specified


shall be used for all RCC. Work to give an even finish of concrete surface. However
marine ply shuttering in exceptional cases as per site requirement may be used on
specific request from contractor on approval by the Engineer-in-Charge.

2.15

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

PRE-CAST RCC WORK

3.1

Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision


shall be made in the mould to accommodate fixing devices such as hooks, flats etc.
And forming of notches and holes. Each unit shall be cast in one operation. A
sample of the unit shall be got approved from Engineer-in-Charge before taking up
the work.

3.2

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

3.3

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

4
4.1

SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE


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

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

(ii)

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

4.2

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

4.3

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

4.4

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

C
I
O

NIL
AE(P)

EE(P)

Page 72

PROFORMA OF SCHEDULES

4.5

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

4.6

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

4.7

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

4.8

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

4.9

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

WATER PROOFING TREATMENT


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

5.1

The contractor shall associate himself with the specialized firm, to be approved by
the Engineer-in-charge in writing, for water proofing treatment for basement/lower
ground floor, underground tank and on roofs.

C
I
O

NIL
AE(P)

EE(P)

Page 73

PROFORMA OF SCHEDULES

5.2

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

5.3

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

5.4

The finished surface after water proofing treatment shall have minimum slope of 1 in
80. At no point shall the thickness of water proofing treatment be less than 65mm.

5.5

While treatment of roof surface is done, it shall be ensured that the outlet drain
pipes have been fixed and mouths at the entrance have been eased and rounded
off properly for easy flow of water.

5.6

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

5.7

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

5.8

After curing the surfaces shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.

5.9

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

5.10

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

NIL
AE(P)

EE(P)

Page 74

PROFORMA OF SCHEDULES

5.11

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

5.12

Rates : The rate shall include the cost of all labour and materials involved in all the
operations described above.
GUARANTEE BOND
Ten Years Guarantee bond in prescribed Performa attached at Annexure-III
herewith shall be submitted by the contractor which shall also be signed by both the
specialized agency and the contractor to meet their liability / liabilities under the
guarantee bond. However, the sole responsibility about efficiency of water proofing
treatment shall rest with the building contractor.
Five percent of the cost of water proofing work shall be retained as security
deposit and the amount so withheld would be released after ten years from the date
of completion of the entire work under the agreement, if the performance of the work
done is found satisfactory. If any defect is noticed during the guarantee period, it
shall be rectified by the contractor within seven days of receipt of intimation of
defects in the work. If the defects pointed out are not attended to within the specified
period, the same will be got done from another agency at the risk and cost of
contractor.
However, the security deposit deducted may be released in full against bank
guarantee of equivalent amount in favour of Engineer in charge, if so decided by the
Engineer in charge.
The Security deposit against this item of work shall be in addition to the security
deposit mentioned elsewhere in contract form.

6.0 SPECIFICATIONS FOR WATER SUPPLY, SEWERAGE AND DRAINAGE


6.1

GENERAL
The scope of work comprises supply, laying, installation, commissioning and testing
of water supply, sewerage and drainage works including sanitary fixtures and
fittings. These works shall be executed as per the specifications of items attached
and CPWD specifications 2009 Volume I & II with up-to-date correction slips up to
the date of tender notice.
All the water supply and sanitary works shall be carried out by the licensed
plumbers approved by the local authorities and skilled workman experienced in the
trade. No work shall be covered without approval of the client.
C
I
O

NIL
AE(P)

EE(P)

Page 75

PROFORMA OF SCHEDULES

All the works shall be completely concealed either within shafts or chases or in fills
and dropped ceilings, unless specifically shown in drawings or required otherwise.
All the works shall be adequate protected against corrosion, so that the whole work
is free from damage throughout.
The contractor shall be responsible for coordinating the work with works of other
trades sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves,
recesses etc shall be left in time as the work proceeds whether or not these are
shown in drawings.
The contractor shall submit as directed by the Engineer-in-charge, samples
manufactures drawings, equipment characteristics and capacity data etc. of all the
equipment, accessories, devices etc. that he proposes to use in the installation to
the Engineer-in-charge for approval.
Before the work is handed over, the contractor shall clean all fixtures removing all
plaster, stickers, rust stains and other foreign matter, leaving every part in
acceptable condition and ready for use to the satisfaction of the Engineer-in-charge.
All sanitary wares and fittings shall conform to IS standards. The contractor shall
submit samples of all fittings and fixtures proposed to be used to the Engineer-incharge for his approval. The approved samples shall remain with the Engineer-incharge till the completion of the work.
All the workmanship shall confirm to Indian Standard Codes of practice. The fixing
and finishing shall be neat true to level and in plumb. Manufacturers instruction
shall be followed closely regarding installation and commissioning.
All fixtures shall be protected throughout the progress of the work from damage.
Special care shall be taken to prevent damage and scratching of the fittings. Tool
marks on exposed fixtures shall be removed with hot water only at the final
completion of work.
All fixtures and accessories shall be fixed in accordance with a set pattern matching
the tiles or interior finish as per architectural requirements. Wherever necessary the
fittings centered to dimensions and pattern desired.
6.1.1

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

(iii)

The entire plumbing drawing and sanitary installation drawing/ details


shall be submitted by the contractor and got approved by the Engineer-inCharge before the execution.
The entire responsibility for the quality of work will however rest with the
building contractor only.

C
I
O

NIL
AE(P)

EE(P)

Page 76

PROFORMA OF SCHEDULES

6.1.2

6.1.3

The work in general shall be carried out as per CPWD specifications. Rate includes
all materials, labour and all the operations mentioned in the respective items unless
and otherwise specifically mentioned.
Vitreous China sanitary fittings, procured from producer of firms Neycer, Hindustan,
Cera , Parryware shall only be used subject to approval of samples by the
Engineer-in-Charge unless otherwise specified in the items.

6.1.4

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

6.1.5

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

6.1.6

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

6.1.7

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

6.1.8

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

6.1.9

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

6.1.10 P or S and floor traps (long arm upto 90 cm length or more) in WCs shall be of deep
seal type of RIF make or equivalent and shall have a minimum water seal of 75 mm.
Floor traps (long arm upto 90 cm length or more) shall have a minimum water seal
of 50 mm.
6.1.11 The contractor shall be responsible for all the protection of sanitary, water supply
fittings and fixtures against pilferage and breakage during the period of installation
until the completion / handing over of the work.
6.1.12 The pig lead to be used in jointing 100 mm, 75 m , 50 mm SCI pipe joints shall not
be less than 0.98 kg, 0.88 kg and 0.77 kg per joint respectively. A variation of 5% is
allowed on higher side. However in case of variation on lower side, the quantity of
6.1.13 pig lead less used shall be recovered from the contractor at market rate to be
determined by the Engineer-in-Charge whose decision in the matter shall be final.
6.1.14 The contractor shall submit completion plans for water supply internal sanitary
installations and building drainage work within thirty days of the date of completion.
These plans are to be submitted on drawings prepared preferably through
computers (1 original copy + 3 photocopies) on suitable scales to show the general
C
I
O

NIL
AE(P)

EE(P)

Page 77

PROFORMA OF SCHEDULES

arrangement and desired details in case the contractor fails to submit the
completion plans as aforesaid security deposit shall not be released.
6.2

INSPECTION AND TESTING


Inspection and testing of water supply installations shall be carried out as per
Section 1, Part IX of National Building Code of India 2005 with up to date
amendments.
Inspection and testing of sewerage and drainage installations shall be carried out as
per Section 2, Part IX of National Building Code of India 2005 with up to date
amendments.

6.3

GUARANTEE BOND
Ten years guarantee bond in prescribed Performa attached at Annexure-II
herewith shall be submitted by the contractor which shall also be signed by both the
specialist agency and the contractor to meet their liability / liabilities under the
guarantee bond. However, the sole responsibility shall rest with the building
contractor.
5% (Five percent) of the cost of water supply and sanitary installation work
shall be retained as security deposit and the amount so withheld would be released
after ten years from the date of completion of the entire work under the agreement,
if the performance of the work done is found satisfactory , if any defects like leakage
and manufacturing defects etc. is noticed during the guarantee period, it shall be
rectified by the contractor within seven days of the receipt of intimation of defects in
the work, if the defects pointed out are not attended to within the specified period,
the same will be got done from another agency at the risk and cost of the
contractor.
However, the security deposit deducted may be released in full against bank
guarantee of equivalent amount in favour of Engineer-in-charge, if so decided by the
Engineer in charge.
The Security deposit against this item of work shall be in addition to the security
deposit mentioned elsewhere in contract form.

7.0

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

8.0
8.1

A. Specification for Random Rubble Masonry


Scope

This specification covers materials joints, laying and


C
I
O

NIL
AE(P)

EE(P)

Page 78

PROFORMA OF SCHEDULES

8.2

Materials

mode of measurement of Random Rubble Masonry.


Stones: The stone shall be the type specified such as
granite, trap, limestone, sand stone, quartztic etc. and
shall be obtained from the quarries, approved by the
Engineer in charge. Stone shall be hard, sound
durable and free from weathering decay and defects
like cavities, cracks , flaws, sand holes, injurious
veins, patches of loose or soft material and other
similar defects that
may adversely affect its
strength and appearance. As far as possible. Stones
shall be of uniform colour, quality or texture.
Generally stone shall not contain crypts crystalline
silica or chart, mica and other deleterious materials
like iron-oxide organic impurities etc.
Stone with round surfaces shall be not is used.
The compressive strength of common types of stones
shall be as per Table I and the percentage of water
absorption shall generally not exceed 5% for stones
other than specified in Table-I for literate this
percentage is 12%.
Table-I
Type of stone

Maximum
Water
absorption
percentage by
weight
Granite
0.50
Basalt
0.50
Lime Stone (Slab &
0.15
Tiles)
Sand Stone (Slab &
2.50
Tiles)
Marble
0.40
Quartzite
0.40
Laterite (Block)
12.00

Minimum
compressive
strength
Kg/Sq cm
1000
400
200
300
500
800
35

Note 1 : Test for compressive strength shall be


carried out as laid down in IS: 1121 (Part-I)1974
Note : Test for water absorption shall be carried out
as laid down in IS : 1121-1974
(a)

Dressing : The stone shall be merely knocked off at


the sharp and irregular corns, edges and wherever
necessary for lifting well into the work.
No bushing exceeding 20mm shall be allowed on the
face. The quoins shall be neatly dressed to form the
required angle (i.e. at jambs and corners).
C
I
O

NIL
AE(P)

EE(P)

Page 79

PROFORMA OF SCHEDULES

(i)

(ii)

(iii)

(iv)

(v)

8.3

Courses

8.4

Thickness of
Joints

8.5

Laying

Bond Stone : The stones shall not be less than 400


sq. cm in cross sectional area at any point and shall
run right through the for wall up to 60 cms and in case
the wall thickness exceeds 60 cms a line of two or
more bond stone shall be laid from face to back
overlapping each other by 15cms minimum, the
length of such bond stones shall be at least 50cms.
Face stones : At least 25% stone shall be headers
tailing into the work at least 2/3rd the thickness of wall
or full thickness of wall for walls 30 cms and less in
thickness. Such stones shall be not be less than 200
sq. cms in cross section.
Hearting and backing : Where hearting can
accommodate a fair proportion of the stones used in
the hearting shall be of large size 25% of them shall
exceed 0.01 cum. in content.
Quoins : The quoins shall be at least 30 cms in
average length and 0.01cum in content and laid
alternately as headers and stretchers, out of then
stone at course not exceeding 1 meter centre to
centre , shall be provide with a minimum length of
50cms and cross-sections 200 sq. cm (Size of bond
specified above) on each exposed face.
Jamb Stones : The jambs shall be made with stones
specified for quoins except that the stone which were
required to be provided at 1 metre centre to centre on
both the exposed faces shall here be provided only
on the jamb and the length shall be equal to the
thickness of the wall for wall up to 60cms and a line of
headers shall be provided for walls thicker than 60
cms as specified for bond.
The masonry shall be carried out in regular courses of
height not exceeding 50 cms and masonry on any
day will not be raised more than 60 cms in height
when using mortars having compressive strength less
than 20 kg/sq. cm at 28 days and 100 cms when
using mortars exceeding this strength.
No attempt shall be made to level up the masonry at
each course by the use of thin stones.
The Joints shall not exceed 30mm at any point on the
face. Clips of the stones and spells shall be wedged
into the face beds and joint to avoid excessive bed
and joint thickness.
Stones shall be laid on their natural bed and shall be
solidly bedded full in mortar with close joints, chips of
stone spells be wedged into the work wherever
necessary. No dry work or hollow spaces shall be
allowed and every stone whether large or small shall
be carefully selected
to fit snugly the intersties
between the large stones. Masonry shall be built
C
I
O

NIL
AE(P)

EE(P)

Page 80

PROFORMA OF SCHEDULES

8.6

Raking out joints

8.7
8.8

Mortar
Scaffolding

:
:

8.9

Protection

8.10

Curing

8.11

Measurement

8.12

Rate

breaking joints in all the three directions. Bone


stones and headers shall be properly laid into the
work and shall be marked by the contractor with white
lead paint. The bond stones shall be provided at the
rate of two bond stones per square metre of face
area.
All the joints on the faces to be pointed or plastered
shall be racked out with racking tool to a depth of
20mm while the mortar is still green.
The mortar used for joining shall be as specified.
Single scaffolding having one set of vertical supports
shall be sound and strong, tied together by horizontal
pieces, over which the scaffolding planks shall be
fixed. The inner end of the horizontal scaffolding
member may rest in a hole provided in the masonry.
Such holes however, shall not be allowed in pillars
under one metre in width or near the skew back of
arches. The holes left in masonry work for supporting
scaffolding shall be filled and made good with cement
concrete 1:3:6 (1 cement : 3 coarse sand : 6 Stone
aggregate 20 mm nominal size).
Green work shall be protected from rain by suitable
covering. The work shall also be suitable protected
from damage, mortar dropping and rain during
construction.
Masonry work in cement or composite mortar shall be
kept constantly moist on all faces for a minimum
period of seven days. In case of masonry with fat lime
mortar curing shall for at least seven days thereafter.
The work shall be measured by volume and the unit
shall be cubic metres.
Walling curved on plan to mean radius not exceeding
6 m shall be measured separately inclusive of all
cuttings waste and templates. Walling curved on plan
to mean radius exceeding 6m shall be included with
the general walling and shall be measured net only.
No deductions or additions on any account shall be
made for :(i)
Opening up to 500 sq. cm. in cross section (in
calculating this area the size of the openings
include any separate lintel or still but not extra
width of rebated reveals if any).
(ii)
Ends of dissimilar materials (i.e. joints rafters,
girders, purloins, trusses etc.) up to 500 sq.
cm. in cross section.
(iii)
Bearings of chajjas, slabs, steps, shelves etc.
when the bearings are not paid for the
respective items.
The rate shall include the cost of materials and labour
required for all the operations described above and
C
I
O

NIL
AE(P)

EE(P)

Page 81

PROFORMA OF SCHEDULES

shall include the following :


Ranking out joints for plastering or pointing done as a
separate item, or finishing flush as the work proceeds.
Preparing tops and sides of existing walls for raising
and extending.
Rough cutting and waste forming gables cores, skew
backs or spandrels of arches, splays at eaves and all
rough cutting in the body of walling unless otherwise
specified.
Bond stones or cement concrete bond blocks.
Leading and making holes for pipes etc.
Bedding and pointing wall plates, lintels, and sills etc.
in or on walls, bedding roof tiles and corrugates
sheets in or on walls.
Building in ends of joints, beams, lintels etc.
B. Specification for Coursed Rubble Facing Masonry
1

Scope : This specification covers materials, joints, laying and mode of measurement
of coursed rubble facing masonry.

2.

Materials : As per specification for Random Rubble Masonry.

3.
(i)

Size of Stones :
No dressed up stone shall be less in length and breadth than its heights. At least 25%
stones shall be headers tailing into the work at least 2/3rd the thickness of wall or full
thickness of wall for walls 30 cms and less in thickness. Such stones shall be evenly
distributed over the entire face.
The quoins shall also be of the same height as the courses in which they occur and at
least 50 cms. in length.
The jambs shall be made with stones specified for quoins except that the length of
stone in alternate course shall be equal to the thickness of the wall for walls up to 60
cms.

(ii)
(iii)

4.
(a)
(b)
(c)
(d)

(e)
(i)

Dressing of Stones :
Exposed face of stones shall be brought to near rectangular shape.
The bushing on exposed surfaces of the stones on outer surface of external walls
shall not exceed 2 cm.
Stones required to be used on outer surface of external walls; shall be dressed before
use in construction.
The beds and joints of exposed of stones on outer surface of external walls other than
quoins shall be hammer dressed at least for a distance of 4 cms from the face to be
square with the exposed faces. No rough tooling or chisel drafting would be required.
The depth of gap between the surfaces of sides and bed joints and straight edge held
against them shall not be more than 10 mm.
The beds and joints of quoins & jambs shall be hammer dressed for a distance of at
least 8 cms. from the face to be square with the exposed faces and with each other.
The depth of gap between the surfaces of sides & beds joints and straight edge held
against them shall not be more than 10mm.
C
I
O

NIL
AE(P)

EE(P)

Page 82

PROFORMA OF SCHEDULES

(ii)

(f)

No rough tooling & chisel drafting would be required on the edges of the quoin & jamb
stones except on the corner edge defining the angle of the quoins & jambs. The
corner edge defining the angle of the quoins & jambs shall have 2.5 cm wide two line
chisel drafting on both of the angle.
Masonry work shall be executed from exposed (outer) side of wall.

5.

Courses : The stones shall be laid in courses not less than 15 cms. in height. All the
courses shall be of the same height. When otherwise approved no course shall be
thicker than any course below it. Only one stone be used in the height of the course.

6.
(i)

Thickness of Joint :
The exposed face joints shall be more or less uniform in thickness and thickness of
any joint shall not exceed 20 mm.
Stones on outer side of wall shall be arranged suitably to stagger the vertical joints
and overlapping of vertical joints shall be avoided.

(ii)
7.

Hearting and Interior Face : The hearting and interior face shall be done in Random
Rubble Masonry, By virtue of doing coursed rubble facing on external face of size of
stones used and their dressing is carried out other than specified in the Random
Rubble Masonry on internal face, even than nothing extra shall be paid over and
above, the item of Random Rubble Masonry for internal face.

Laying : Each stone shall be laid in the work on its natural bed. Stones shall be
thoroughly wetted before laying when mortar used contains cement. The stones shall
be laid full in mortar. The face work, hearting and interior face work shall be brought
up simultaneously but no attempt should be made to level up the Random Rubble
Masonry at each step by the use of chips. The masonry shall be carried truly in plumb
and square. The courses shall be horizontal and joints vertical.

Raking out Joints : As per specification for Random Rubble Masonry.

10

Mortar : As per specification for Random Rubble Masonry.

11

Scaffolding : As per specification for Random Rubble Masonry.

12

Protection : As per specification for Random Rubble Masonry.

13

Curing : As per specification for Random Rubble Masonry.

14
(a)

Measurement :
The work shall be measured as RR Masonry for the full thickness of walling in cum
and coursed stone facing masonry measured in square metres only over the exposed
external face of the wall which includes the additional work of dressing wastage of
material and extra cost of facing stone, if necessary.
Walling curved on plan to mean radius not exceeding 6m shall be measured
separately inclusive of all cuttings waste and templates. Walling curved on plan to
mean radius exceeding 6m shall be included with the general walling and shall be
measured net only.

(b)

C
I
O

NIL
AE(P)

EE(P)

Page 83

PROFORMA OF SCHEDULES

(c)
(i)

(ii)

No deductions or additions no any account shall be made for :


Opening up to 500 sq. cm. in cross section (In calculating this area the size of the
openings include any separate lintel or still but not the extra width of rebated reveals if
any.)
Ends of dissimilar materials (i.e. joists, beams, rafters, girders, purloins, trusses etc.)
up to 500 sq. cm. in cross section.

Rate :
The rate shall include the cost of materials and labour required for all the operations
described above.
GUARANTEE BOND FOR STONE WORK:
All types of Stone work shall carry five years guarantee to be reckoned from the
date after the expiry of maintenance period prescribed in the contract of the work
against faulty workmanship, finishing, unsound materials, structural unstability and
other related problems as per guarantee bond Performa attached in this tender
document on Annexure-I.
Five years guarantee in prescribed proforma attached must be given by the
contractor in token of his overall responsibility. 10% (Ten Percent ) of the cost of
stone work would be retained as guarantee to the performance of the work done.
The guarantee against this item of work shall be in addition to the security deposit
mentioned elsewhere in the contract form. If any defects or deficiencies are noticed
during the guarantee period, the same shall be rectified by the contractor within
seven days of issue of the written notice by the Engineer-in-charge, failing which the
defects/deficiencies would be got removed by the Engineer-in-charge from another
agency at the risk and cost of the contractor. However this amount of the guarantee
can be released in full, if bank guarantee of equivalent amount for the required
period is produced and deposited with the department.

9.0

Specification of Aluminum Work

Aluminum work under SH : aluminum work of tender document shall be got executed from
specialized agency. The specialized agency for the aluminum work shall be got approved
from the Engineer - in - Charge, well before actual commencement of the item of work.
Necessary performance certificates in respect of agencies proposed to be engaged shall be
submitted within 30 days from the date of issue of acceptance letter to substantiate
technical capability and experience of the agency for prior approval of the Chief Engineer.
Specifications for Aluminum Door, Window, Ventilator:
9.1

Extent and Intent :


The work shall be carried out through an approved specialist contractor who
shall furnish all materials, labour, accessories equipment tool & plant, incidental.
Required for providing and installing anodized aluminum door, windows,
claddings, louvers and other items as called for on the drawings. The drawings
C
I
O

NIL
AE(P)

EE(P)

Page 84

PROFORMA OF SCHEDULES

and specifications cover the major requirement only. The supplying of additional
fastenings, accessory features and mentioned specifically herein but which are
necessary to make a complete installation shall be a part of the contract.
9.2

General :
Aluminum doors, windows etc. shall be of sizes, section detail as shown on the
drawings. The details shown on the drawings indicate generally the sizes of the
components parts and general standards. These may be varied slightly to suit
the standards adopted by the manufacture. Before proceeding with any
manufacturing, the contractor shall prepare and submit complete manufacturing
and installation drawings for approval of Engineer-in-Charge and no work shall
be performed until the approval of these drawings is obtained.

9.3

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

9.4

Samples :
Samples of doors, windows, louvers etc. shall be fabricated assembled and
submitted to the Engineer-in-Charge for his approval. They shall be of sizes,
types etc. as decided by Engineer-in-Charge. All samples shall be provided the
cost of the contractor.

9.5

Sections :
Aluminum doors and windows shall be fabricated from extruded section of
profiles as detailed on drawings. The sections shall be extruded by the
manufacturers approved by the Engineer-in-Charge. The aluminum extruded
section shall conform to IS designation 63400-WP(HV9WP old designation) with
chemical composition and technical properties as per IS : 733 and 1285. The
permissible dimensional tolerance of the extruded sections shall be such as not
to impair the proper and smooth function / operation and appearance of doors
and windows.

9.6

Fabrications :
Doors, window etc. shall be fabricated to sizes as shown at factory and shall be
of section, sizes combinations and details as shown in the Architectural
drawings, all doors, windows etc. shall have mechanical joints. The joints shall
be designed to withstand a wind load of 150 kgs. per sqm. the design shall also
ensure that the maximum deflection of any member shall be accurately
machined and fitted to form hairline joints prior to assembly. The joint and
accessories such as cleats brackets, etc. shall be of such materials as not to
cause any bi-metallic action, the design of the joints and accessories shall be
C
I
O

NIL
AE(P)

EE(P)

Page 85

PROFORMA OF SCHEDULES

such that the accessories are fully concealed. The fabrication of doors, windows
etc. shall be done in suitable sections to facilitate easy transportation, handing
and installation. Adequate provision shall be made in the door and windows
members for anchoring to support and fixing of hardware and other fixture as
approved by the Engineer-in-Charge.
9.7

9.8

9.9

Anodizing :
All aluminum sections shall be anodized as per IS : 7088 and to required colour
as specified in the item as per IS : 1868 grading, after cutting the members to
requisite sizes. Anodizing shall be to the specified grade with minimum average
thickness of 15 microns when measured as per IS : 6012. The anodic coating
shall be properly sealed by steams or by boiling in deionized water or cold
sealing process as per IS : 1868 / IS : 6057. Polythene tape protection shall be
applied on the anodized sections before they are brought to site. All care shall
be taken to ensure surface protection during transportation, storage at site and
installation. The tape protection shall be removed on installation. The sample will
be tested in the approved laboratory and cost of samples, cost of testing shall be
borne by the contractor.
Powder Coating:
The powder used for powder coating shall be polyester powder made by Berger
or Jenson& Nicholson or equivalent. The thickness of powder coating shall not
be less than 60 micron at any point measured with micrometer.

Protection of Finish :
All aluminum members shall be wrapped with approved self-adhesive nonstaining PVC tapes.

6.10 :
9.10.1

Handling and Stacking :


Fabricated materials shall be carted in an approved manner to protect the
material against any damage during transportation. The loading and unloading
shall be carried out with utmost care. On receipt of materials at site, they shall
be carefully examined to detect any damaged pieces. Arrangements shall be
made for expeditious replacement of damaged pieces / parts. Materials found to
be acceptable on inspections shall be repacked in crates and stored safely.

9.10.2

In the case of composite windows, and doors the different units are to be
assembled first. The assembled composite units should be checked for line,
level and plumb before final fixing is done. Unit may be serial numbered and
identified as how to be assembled in their final location of situation so warrants.

9.10.3

Where aluminum comes into contact with masonry brick work / concrete / plaster
or dissimilar metals, it shall be coated with approved insulation lacquer paint or
plastic tape to ensure that electro chemical corrosion is avoided. Insulation
materials shall be trimmed off to clear flush line on completion.

9.10.4

Silicon Sealant :
The peripheral gaps between plastered faces / RCC and aluminum sections
C
I
O

NIL
AE(P)

EE(P)

Page 86

PROFORMA OF SCHEDULES

shall be sealed both from inside and outside to make the windows watertight.
Gaps up to 10mm between the peripheral aluminum member and masonry /
RCC / Stone shall be sealed by inserting. Backer Rod manufactured by HT
TROPLAST or Supreme Industries and by application of weather silicon /
sealant of DOW corning / GE silicon make.
9.10.5

The contractor shall be responsible for assembling composite, bedding set


straight plumb, level and for their satisfactory operation after fixing is complete.

9.11 :
9.11.1

Installation :
Just prior to installation the doors, windows etc. shall be uncrated and stacked
on edge on level bearers and supported evenly. The frame shall be fixed into
position true to line and level using adequate number of expansion machine
bolts, anchor fasteners of approved size and manufacture and in an approved
manner. The holes in concrete / masonry members for housing anchor bolts
shall be drilled with an electrical drill.

9.11.2

The doors windows assembled as shown on drawings shall be placed in correct


final position in this opening and marks made on concrete members at jambs,
sills and heads against the holes provided in frames for anchoring. The frame
shall then be removed then the opening and laid aside. Neat holes with parattle
sides of appropriate size shall then be drilled in the concrete members with an
electric drill at the marking to house the expansion bolts. The expansion bolts
shall then be inserted in the holes, struck with a light hammer till the nut is
forced into the anchor shall. The frame shall then be placed in final position. In
the opening and anchored to the support through cadmium plated machine
screws of required sized threaded to expansion bolts. The frame shall be set in
the opening by using wooden wedges at supports and be plumbed in position.
the wedges shall invariably be placed at meeting points of glazing bars and
frames.

9.11.3 :

Neoprene Gaskets :
The E.P.D.M. gasket of suitable profile as manufactured by HANU
INDUSTRIES, ANNAND LESCUYER make shall be provided at all required
positions to make the glazing airtight. The contractor shall provide and install
Neoprene Gaskets of approved size and profile at all locations as shown and as
called for to render the doors windows etc. absolutely air tight and weather tight.
The contractor shall submit samples of the gaskets for approval and procure
after approval only.

9.11.4 :

Fittings :
The contractor shall cut the floor properly with stone cutting machine to exact
size and shape. The spindle of suitable length to accommodate the floor finish
shall be used. The contractor shall give the guarantee duly supported by the
company for proper functioning of floor springs at least for 10 years.
Hinges, stays handles, tower bolts, locks and other fittings shall be of quality and
manufacturer as approved by the Engineer in Charge.
C
I
O

NIL
AE(P)

EE(P)

Page 87

PROFORMA OF SCHEDULES

9.12 :

Manufacture's Attendances :
The manufacture immediately proper to the commencement of glazing shall
adjust and set all windows and doors and accept responsibility for the
satisfactory working of the opening frames.

9.12 :

Details of Test :

9.12.1

The various tests on aluminum sections shall be conducted in accordance with


the relevant IS codes.

9.12.2

The minimum number of each unit of doors / windows shall be selected at


random by Engineer-in-Charge as such that all the aluminum section shall be
got tested.
S. No.
1.

Details
Doors, Windows & Ventilators

No. of Tests
5% of Nos. manufactured.

9.12.3

The sample of major member of each unit of doors / windows shall be selected
at random by Engineer-in-Charge as such that all the aluminum section shall be
got tested.

9.12.4

The cost of sample, carriage of the samples shall be borne by the contractor.
Testing charges shall be born by department, but if samples fails in testing,
complete cost of testing charges shall be born by the contractor.

9.13 :

Acceptance Criterion :
The aluminum sections shall conform to the provisions of the relevant items. For
payment purpose only actual weight of sections shall be taken into account. If
however, the sectional weight of any aluminum section is higher than the
permissible variation then the weight payable shall be restricted to the weight of
the section including permissible variation.

9.14 :

Measurement :
Payment by weight shall be made for aluminum sections including beading only
and all fixing angles cleats fittings and fixtures such as handles and hinges etc.,
shall not be included in the weight to be paid.

9.15 :

Rates :
The rates of the items shall include the cost of all materials, labors and inputs
required in all the above operations.

10 FLOORING
The rate of items of flooring is inclusive of providing sunken flooring in bathrooms,
kitchen etc. and nothing extra on this account is admissible. The samples of flooring,

C
I
O

NIL
AE(P)

EE(P)

Page 88

PROFORMA OF SCHEDULES

dado & skirting as per approved pattern shall be prepared & got approved from the
Engineer-in-charge before execution of work.
11 WOOD WORK
11.1

The samples of species of timber to be used shall be got approved and deposited
by the contractor with the EE before commencement of the work. The contractor
shall produce cash vouchers and certificates from kiln seasoning or/and chemical
treatment plants about the timber section to be used on the work having been kiln
seasoned or/and chemically treated by them.

11.2

Factory made shutter as specified shall be obtained from factories as per list given
in Annexure-V or form any other factory to be approved by the Engineer in charge.
The contractor shall inform well in advance to the Engineer in charge the names and
address of the factory from where the contractor intends to get the shutters
manufactured. The contractor will place order for manufacture of shutters only after
written approval of the Engineer in charge in this regard is given. The contractor is
bound to abide by the decision of the Engineer in charge and recommend a name of
another factory from the approved list in case the factory already proposed by the
contractor is not found competent to manufacture quality shutters. Shutters will
however be accepted only if this meet the specified tests. The contractor will also
arrange stage wise inspection of the shutters at factory of the Engineer in charge or
his authorized representative. Contractor will have no claim if the shutters brought at
site are rejected by Engineer in charge in part or in full lot due to bad workmanship /
quality even after inspection of factory. Such shutters will not be measured and paid
and the contractor shall remove the same from the site of work within 7 days after
the written instruction in this regard are issued by Engineer in charge or his
authorized representative.

12 STEEL WORK
12.7

12.8

The rate of T- angle iron frame shall include the following.


(a)

M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames
vertical in correct position. The sill / tie shall be embedded in floor concrete.
No tie is necessary for window frames.

(b)

Each T iron frame for doors shall have 4 Nos. M.S. lugs 15x3mm, 10 cms
long welded to each vertical member of the frame.

(c)

M.S. flat 6 x 25mm , 100mm long having threaded holes (No. of flats shall
correspond to the no. of butt hinges to be fixed to door / window shutters)
shall be welded at appropriate places at the back of the T-iron frames for
fixing the required butt hinges to the frame with machine screws.

All welded structural steel work shall be tested for quality of weld as laid down in IS
822-1970 before actual erection if required.
C
I
O

NIL
AE(P)

EE(P)

Page 89

PROFORMA OF SCHEDULES

13 VARIATION IN CONSUMPTION OF MATERIALS


13.1

The pig lead for caulking of joints of SCI pipes shall be used as per the theoretical
consumption for SCI pipes of sizes 100mm, 75mm, 50mm at 0.98Kg, 0.88 Kg and
0.77Kg. per joint respectively. Over and above the theoretical quantities of lead as
worked out a variation of 5% shall be allowed for wastage etc. Any difference
between the actual consumption of pig lead and the theoretical consumption worked
out on the above basis shall be recovered at double the issue rate. Where the pig
lead is arranged by the contractor, also a variation of 5% shall be allowed. In case
the variation is on the lower side, the quantity of pig lead used less shall be
recovered from the contractor at market rate to be determined by the Engineer-incharge whose decision in this matter shall be final.

13.2

The theoretical quantity of cement to be utilized in item of concrete involving use of


single aggregate and mixed by volume batching shall be computed on the basis of
the coefficient for cement to be used in different item of the work provided in DSR
reducing each of the co-efficient by 5%. However, where the concrete is mixed by
weight batching no such reduction shall be made from theoretical co-efficient given
in DSR 2014 for concrete with crushed stone aggregate.

C
I
O

NIL
AE(P)

EE(P)

Page 90

PROFORMA OF SCHEDULES

LIST OF MACHINERY, TOOLS & PLANTS TO BE DEPLOYED BY THE


CONTRACTOR AT SITE AS & WHEN REQUIRED
Sl.
No.
1

Name of Equipment

Numbers

Excavators (various sizes)

1 No.

Equipment for hoisting & lifting


1

Tower Crane or Builders hoist (Desirable)

Nil.

Equipment for Concrete work


1

Automatic Concrete batching plant of sufficient capacity as per


direction of Engineer-in-Charge

1 No.

Concrete pump (Desirable)

1 No.

Concrete transit mixer

1 No.

Concrete mixer (diesel)

1 Nos.

Concrete mixer (electrical)

1 Nos.

Needle vibrator (electrical)

2 Nos.

Needle vibrator (petrol)

2 Nos.

Surface vibrator

2 Nos.

Equipment for Building work


1

Bar bending Machine

1 No.

Bar cutting machine

1 No.

Drilling machine

1 No.

Welding machine i/c transformer


Cube testing machines

1 No.

1 Set

M.S. pipes
Steel shuttering

Steel scaffolding

Grinding/polishing machines

5
6

1 No.

For 800 sqm. Equivalent area or


as desired by
EngineerinCharge

2 Nos.

Equipment for transportation


1

Tippers

1 No.

Trucks

1 No.

Pneumatic equipment
C
I
O

NIL
AE(P)

EE(P)

Page 91

PROFORMA OF SCHEDULES

Air compressors (diesel)

Nil

Dewatering equipment
1

Pump (diesel)

Nil

Pump (electric) (Desirable)

Nil

Power equipment
1

Diesel generator

1 No.

1. Workshop facilities for fabrication/addition and alterations, and other allied works
shall be arranged by the contractor at his own cost.
2. The list of equipment/T&P/machinery as per above is for general guidance. In
addition to these, machinery / equipment as required shall be arranged by the
contractor in case the requirement at any stage exceeds as per the programme
finalized at his own cost and nothing extra whatsoever on this account shall be paid.
This includes equipment for arrangement of concrete from RMC producing plants
also.
3. All the equipment, T&P and machinery shall be kept in good working conditions.
4. Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall be
allowed to be moved away from the site when, the same are no longer required at
site of work in the opinion of Engineer-in-charge.

C
I
O

NIL
AE(P)

EE(P)

Page 92

PROFORMA OF SCHEDULES

PREFERRED MAKES OF MATERIALS


Acceptable makes of materials to be used in the work are enclosed. In case
of non
availability of these makes, the Engineer-in-charge may allow use of
alternative makes. Only BIS marked materials shall be used in the work. Non BIS
marked materials may be permitted by the Engineer-in-charge only when BIS
marked materials are not manufactured
LIST OF ACCETABLE MAKES FOR CIVIL WORKS
S.No.
Material
1
(i) 43 Grade Ordinary Portland
Cement
/
Portland
Pozzolona
Cement.
(ii) White Cement
2
Reinforcement Steel (TMT-Fe500)

5
6
7
8
9
10

11

12

Approved Make
ACC, Ultratech, Vikram, Shree
Cement, Ambuja, Jaypee Cement,
Century Cement, J.K. Cement.
Birla White , J. K. White
SAIL, Tata Steel, Rashtriya Ispat
Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
Water
Proofing
Compounds, Weber, Fosroc, Pidilite, CICO, Sika,
Plasticizer, Super Plasticizer, Grouts, Huntsman (Ciba Geigy), Ferrous Crete
Polymers,
Polyexpanse,
Other
construction chemicals
SAIL, Tata Steel, Rashtriya Ispat
Tubular truss / Structural Steel
Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
GE Plastic, LEXAN
Polycarbonate Sheet
Ezydeck of TATA / Lloyd Superdeck
Decking steel sheet
Fosroc, MBT, Sika, CICO, Asian
Admixtures
Kitply, Action TESA, Greenlam,
Particle Board
Merino.
Laminated
Particle
Board/ Kitply, Action TESA, Greenlam,
CenturyPly, Merino, Sunmica
Laminates
Flush door shutters/Factory made Duro, Kitply Industries (Swastik),
Century, A-1 wooden industries/A-teak,
paneled door shutters
Green
Signum Fire Protection, Kutty Doors,
Fire Rated Doors
Shakti Metdoor, NAVAIR, ROMAT,
Synergy
Thrislington,
Promat
International.
False Ceiling System along with Armstrong, Hunter Douglas, Saint
C
I
O

NIL
AE(P)

EE(P)

Page 93

PROFORMA OF SCHEDULES

13
14
15
16
17
18
19
20
21
22

23
24
25

26
27
28
29
30
31
32
33
34
35
36

supporting grid and metallic tiles


Plywood/ Veneer
Melamine Polish

Gobain, Aura(ASIPL)
Green, Century, Merino, Kitply, Duro
Asian Paints Melamine Gold, Wudfin
ofPidilite, Timbertone of ICI Dulux.
HARDWYN, Godrej, Dorma, Dorset
Hardware Kilong, Alualpha

Floor Spring
Anodised
Aluminium
(Heavy Duty)
Clear/Float/Frosted Glass
Stainless Steel Railing, Accessories
etc.
Hermitically
sealed
performance
glass & Toughened Glass
Fire rated vision Panels

Saint Gobain, AIS, Pilkington


JINDAL, Dorma, GEZE
Saint Gobain, AIS, Pilkington

Pilkington, SCHOTT, FERILITE, Saint


Gobain.
Mccoy Architectural System, Vergola,
Skylight Thermoform
Abucob
Kutty
Doors,
Shakti
Metdoor,
G.I. Steel door frame
NAVAIR,
ROMAT,
Synergy
Thrislington.
Earl-Bihari, Ebco, Rotto, Cotswold,
Friction Stay Hinges
GU, Dorset
Hanu, Osaka, Avigiri, Alps, Anand
EPDM Gasket
AIS, Art N Glass (Chandigarh), Kochar
Glass processor
for
making
Glass Pvt. Ltd. (Bhopal), Kaenal Glass
DGU/Toughning
(Bhiwadi), GSE (Noida)
NEROLAC, BERGER, J&N
Ployster Powder Coating Shades
Silicon
based
water
repellant G.E. Plastics, Dow Corning, BECKER
/Weather Sealant
Fosroc, Pidilite,Sika
Poly-Sulphide Sealant
Ultra Tiles, Unitile, NITCO
Mosaic tiles/ Chequered Tiles
Morbito, Somany, RAK
Ceramic Tiles / Glazed tiles
Morbito, Somany, RAK
Vitrified Tiles (Antiskid/Matt/Glazed)
Armstrong, Unitex, LG Houses
PVC Flooring
NITCO, Unitile, NTC, Ultra
Paver block & Kerb Stone
Pidilite, Bal Endura, Fosroc, Ferrous
Tile/ Stone Adhesive
Crete
Bal Endura, Pidilite, Fosroc, Ferrous
Grouting Compound
Crete
HILTI, Fischer, Bosch, Wurth.
Dash / Anchoring Fasteners
C
I
O

NIL
AE(P)

EE(P)

Page 94

PROFORMA OF SCHEDULES

37
38
39
40

Nuts / Bolts & Screws


Wall putty
Curing compound
Oil Bound Washable Distemper

41

Acrylic Distemper

42

Premium Acrylic Emulsion Paints

43

Cement Primer

44
45

Steel Primer
Wood Primer

46

Textured Exterior Paint

47

48
49

50
51
52
53
54
55
56
57
58
59

GKW, Hilti,
Birla wall care, JK White
Fosroc, Sika, Cico
Asian
Paints
(Tractor
acrylic
distemper), ICI (Maxilite), Burger
Bison(Berger), Tractor(Asian), Maxilite
(ICI)
ICI (Super smooth), Nerolac (Beauty
gold),
Asian
Paints
(Premium
emulsion/
professional
interior
emulsion), Burger
BP
White(Berger),
Decoprime
WT(Asian), White primer (ICI)
ICI, Nerolac, Asian Paints
ICI, Nerolac, Asian Paints (White)

Asian paints (Apex with honeycomb


roller finish) ICI (Weather shield with
honeycomb roller finish, Kansai
Nerolac (Excel with honeycomb roller
finish)
Asian(Apcolite
Premium
gloss
Synthetic Enamel Paint
enamel), ICI (Dulux gloss synthetic
enamel), Kansai Nerolac (Synthetic
enamel)
Asian, ICI, Kansai Nerolac,
Epoxy Paint
Akzo Nobel Coatings
India
Fire Paint
Ltd., PROMAT, Jotun, Asian
Paints
Tata, Jindal (Hisar)
G.I. / M.S. Pipe
Unik, AVR, Zoloto
G.I. Fittings
Reliance, JainPipes, ORIPLAST
HDPE Pipes
Electrosteel, Jindal, TATA DUCTURA
DI PIPES
Kartar , Electrosteel
DI Fittings
Neel , Kartar , Sarkar
CI Fittings
Kirloskar, Sondhi, Kejriwal
CI Double flanged sluice valveb
L&K, Leader, Zoloto,
Float Valve
Astral, Supreme, Finolex
UPVC pipe and Fittings
Centrifugally Cast (spun) Iron Pipes NECO, Kapilansh, SKF , BIC
C
I
O

NIL
AE(P)

EE(P)

Page 95

PROFORMA OF SCHEDULES

60
61
62
63
64
65
66
67
68
69
70
71

& Fittings
Centrifugally Cast (spun) Iron (Class
LA) Pipes
C.I. Manhole covers, frames & GI
Gratings
SFRC Manhole covers & gratings
Gun metal Valves , globes
CP Brass Fittings
Sanitary Fittings & accessories
Water Meter

72

Brass stop & Bib Cock


Mirror Glass
U-PVC Pipe
PVC Pipe & Fittings
Non Return valve (Check valve)
to 1
Brass Ferrules

73

Insulation for hot water pipes

74

Insulation
for
external/exposed
hot water pipes
Pipe protection for external water
supply pipes
Toilet Cubicles

75
76

77
78
79
80
81
82
83
84
85

Hardware & Door fittings


Door closer
Stainless Steel Sink (Out of Salem
steel)
European WC
Washbasin
Urinals
CPVC Pipes & Fittings
Stone ware pipes
Gully Traps
C
I
O

Neco, Electro Steel, Kapilansh


NECO, RAJ Iron Foundary Agra, BIC,
SKF
KK, JAIN, PARGATI
Sant, Leader, Zoloto
Jaguar, Kohler, Parryware, Hindware
Jaguar, Kohler, Parryware, Hindware
Prima,
Kranti,
Leader,
Zoloto,
Dashmesh
Zoloto, Sant, L&K, Leader,
Atul, Modi Guard, Golden Fish
Astral, Supreme, Finolex
Supreme, Finolex, Kisan
Zoloto, Sant, Leader
Dhawan Sanitary Udyog (PRIMA),
Kalsi ,Annapurna
KAIFLEX
,
ARMAFLEX,
CAREFLEX
KAIFLEX
,
ARMAFLEX,
CAREFLEX
PYPKOTE, ARMAFLEX,
AKPOLYKOTE,
Merino Industries Ltd (Titan Series),
Green Sturdo, Green Ply Industries
Ltd (Greenlam Sturdo Classic), Trespa,
Dorma
Dorma, Kich, Ozone, Dorset
Dorma, Kich, Godrej
Neelkanth, Niralli, Jyna
Hindware, Parryware, Kohler, Jaguar
Hindware, Parryware,Kohler, Jaguar
Hindware, Parryware, Jaguar, Kohler
Finolex, Supreme, Ashirwad, Astra
Perfect, Taya
Perfect, Parry

NIL
AE(P)

EE(P)

Page 96

PROFORMA OF SCHEDULES

86
87
88

RCC Pipes (NP-2)


Atactic Polypropylene
UPVC Doors & Windows

89
90
91

Extruded Polystrene Insulation Board


Heat Resistant Tiles
Gypsum Plaster

92
93

Floor hardener
Modular Expansion Joint

Lakshmi, Sood & Sood, Jain & Co.


STP, HTL, Hydro Tech Ltd., Pidilite
Fenesta, Aluplast , Prizma Winsol Pvt.
Ltd.
Dowcorning, Supreme, Texas, Analco
Swastik, Thermax
Ferrous Crete, Gyproc Saint Gobain,
Boral
Ironite, Ferrok, Hardonate
Herculus, CS, Vexcolt. Devin.

Note: - CE (NZ-IV), CPWD, Dehradun reserves the right to add or delete any
materials and Brands in the list of approved materials/brands on the
recommendations of Engineer-in-charge

C
I
O

NIL
AE(P)

EE(P)

Page 97

PROFORMA OF SCHEDULES

Annexure-I
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF STONE WORKS
The agreement made this ___________ day of __________ Two Thousand and
________ between ____________________________ son of ______________________
(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government of the other part.)
WHEREAS
THIS agreement is supplementary to a contract (Hereinafter called the
Contract) dated _____________ and made between the GUARANTOR OF THE ONE
PART AND the Government of the other part, whereby the contractor inter alia, undertook
to render the work in the said contract recited structurally stable workmanship, finishing
and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that
the said work will remain structurally stable and guaranteed against faulty workmanship,
finishing and unsound materials and other related problems.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years to be reckoned from the date after expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantors
risk and cost. The decision of the Engineer-in-Charge as to the cost payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach thereunder,
then the guarantor will indemnify the principal and his successor against all loss, damage,
cost expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and/or cost incurred by the
Government, the decision of the Engineer-in-charge will be final and binding on both the
parties.
IIN WITNESS WHEREOF these presents, have been executed by the obligator
__________
________________________________________________
and
_________________________ by __________________________________ for and on
behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:
C
I
O

NIL
AE(P)

EE(P)

Page 98

PROFORMA OF SCHEDULES

1.

__________________________

2.

__________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


____________________ ________________________________ in the presence of :
1.

__________________________

2.

__________________________

C
I
O

NIL
AE(P)

EE(P)

Page 99

PROFORMA OF SCHEDULES

Annexure-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY,SANITARY AND
DRAINAGE INSTALLATIONS

The agreement made this ___________________ day of __________ Two


Thousand and _________ between __________________________________ son of
______________________ (hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the
Contract) dated _____________ and made between the GUARANTOR OF THE ONE
PART AND the Government of the other part, whereby the contractor inter alia, undertook
to render the work in the said contract recited structurally stable workmanship, finishing
and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that
the said work will remain structurally stable and guaranteed against faulty workmanship,
finishing, manufacturing defects of materials and leakages, etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after expiry of maintenance period prescribed in the contract for the
minimum life of ten year to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantors
cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects commits breach thereunder,
then the guarantor will indemnify the principal and his successor against all loss, damage,
C
I
O

NIL
AE(P)

EE(P)

Page 100

PROFORMA OF SCHEDULES

cost expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and or cost incurred by the
Government, the decision of the Engineer-in-charge will be final and binding on both the
parties.
IN WITNESS WHEREOF these presents, have been executed by the obligator
_______________________________
and
_________________________
by
_____________________ for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:
1.

__________________________

2.

__________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


____________________ ________________________________ in the presence of :
1.

__________________________

2.

__________________________

C
I
O

NIL
AE(P)

EE(P)

Page 101

PROFORMA OF SCHEDULES

Annexure-III
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF WATER PROOFING
WORKS IN BASEMENT/TERRACE/TOILETS.
The agreement made this _______________ day of ______________ Two
Thousand
and
______________
between
____________________
son
of
_______________________ of ________________________ (hereinafter called the
Guarantor of the one party) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other party).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the
Contract), dated _______________ and made between the GUARANTOR OF THE ONE
part and the Government of the one other part, whereby the Contractor, inter alia,
undertook to render the buildings and structures in the said contract recited completely
water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that
the said structures will remain water and leak-proof for ten years from the date of giving
of water proofing treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by
him will render the structures completely leak-proof and the minimum life of such water
proofing treatment shall be ten years to be reckoned form the date after the
maintenance period prescribed in the contract.
Providing that the Guarantor will not be responsible for leakage caused by
earthquake or structural defects or misuse of roof or alteration and for such purpose.
a) Misuse of roof shall mean any operation which will damage proofing treatment,
like chopping of firewood and things of the same nature which might cause
damage to the roof.
b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in
parts.
c) The decision of the Engineer-in-charge with regard to cause of leakage shall be
final.
During the period of guarantee, the guarantor shall make good all defects and in
case of any defect being found render the building water proof to the satisfaction of the
Engineer-in-charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling upon
him to rectify the defects failing which the work shall be got done by the Department by
some other contractor at the GUARANTORS cost and risk. The decision of the Engineerin-charge as to the cost, payable by the Guarantor shall be final and binding.
That if the Guarantor fails to execute the water proofing or commits breach there
under, then the Guarantor will indemnify the Principal and his successor against all loss,
damage, cost, expense or otherwise which may be incurred by him by reason of any default
the part of the GUARANTOR in performance and observance of this supplementary
C
I
O

NIL
AE(P)

EE(P)

Page 102

PROFORMA OF SCHEDULES

agreement. As to the amount of loss and / or damage and / or cost incurred by the
Government of decision of the Engineer-in-charge will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor
_____________
and by _______________________ and for and on behalf of the PRESIDENT OF INDIA
on the day, month and year first above written.
Signed, sealed and delivered by Obligor in the presence of1. ________________________________
2. ________________________________
Singed for and on behalf of the President of India by
_________________
In the presence of
1. __________________________ 2. _____________________________

C
I
O

NIL
AE(P)

EE(P)

Page 103

PROFORMA OF SCHEDULES

Annexure-IV
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINUM WORKS
The agreement made this ___________ day of __________ Two Thousand and
________ between ____________________________ son of ______________________
(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government of the other part.)

WHEREAS

THIS agreement is supplementary to a contract (Hereinafter called the

Contract) dated _____________ and made between the GUARANTOR OF THE ONE
PART AND the Government of the other part, whereby the contractor inter alia, undertook
to render the work in the said contract recited structurally stable workmanship, finishing
and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that
the said work will remain structurally stable and guaranteed against faulty workmanship,
finishing and unsound materials and other related problems.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years to be reckoned from the date after expiry of maintenance
period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantors
risk and cost. The decision of the Engineer-in-Charge as to the cost payable by the
Guarantor shall be final and binding.

C
I
O

NIL
AE(P)

EE(P)

Page 104

PROFORMA OF SCHEDULES

That if the guarantor fails to make good all the defects, commits breach thereunder,
then the guarantor will indemnify the principal and his successor against all loss, damage,
cost expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and/or cost incurred by the
Government, the decision of the Engineer-in-charge will be final and binding on both the
parties.

IIN WITNESS WHEREOF these presents, have been executed by the obligator
__________

________________________________________________

and

_________________________ by __________________________________ for and on


behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

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

1.

__________________________

2.

__________________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


________________________________________ in the presence of :
1.

__________________________

2.

__________________________

C
I
O

NIL
AE(P)

EE(P)

Page 105

PROFORMA OF SCHEDULES

Annexure-V
BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called the Government) having
agreed under the terms and conditions of agreement No. _______________________
dated ______________ made between _____________ and __________________
(hereinafter called the contractor(s)) ____________ for the work _________ ________
___________________________________ (hereinafter called the said agreement)
having agreed to production of a irrevocable Bank Guarantee for Rs. ___________
(Rupees ___ ______ ________________________________________ only) as a
security/guarantee from the contractor(s) for compliance of his obligations in accordance
with the terms and conditions in the said agreement, we
(hereinafter referred to as the Bank) hereby undertake to
pay to the
(Indicate the name of the
Bank)
Government an amount not exceeding Rs.__________
_________________ only) on demand by the Government.
2. We

(Rs.

_______________

do hereby undertake to pay the amounts due


and payable
(Indicate the name of the
Bank)

under this Guarantee without any demure, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs. _________
(Rupees __________________________________ only).
3.
We, the said bank further undertake to pay to the government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any court or tribunal relating thereto, our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment thereunder and the contractor(s) shall have no claim against us for
making such payment.
4. We

further agree that


contained shall

the

guarantee

herein

(Indicate the name of the


Bank)
C
I
O

NIL
AE(P)

EE(P)

Page 106

PROFORMA OF SCHEDULES

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

further agree with the Government that the


Government
(Indicate the name of the
Bank)

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

lastly undertake not to revoke this guarantee


except with
(Indicate the name of the
Bank)

the previous consent of the Government in writing.


8.
This guarantee shall be valid up to _____________, unless extended on demand by
Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. _________ (Rs. _______________________________only)
and unless a claim in writing is lodged with us within six months of the date of expiry or the
extended date of expiry of this guarantee all our liabilities under this guarantee shall stand
discharged.
Dated:
the
_______________________
______________________________________
for

day

(Indicate the name of the Bank)

C
I
O

NIL
AE(P)

EE(P)

Page 107

of

PROFORMA OF SCHEDULES

Annexure-VI
AFFIDAVIT
I /We have submitted a bank guarantee for the work ____________________________
________________________________________________________________________
(Name of work)
Agreement No. ___________________________________________________________
Dated ____________________from __________________________________________
(Name of the Bank with full address)
to the Executive Engineer _________________________________________with a view
(Name of the Division)
to seek exemption from payment of performance guarantee in cash. This Bank guarantee
expires on ______________________________________________ I / We undertake to
keep the validity of the bank guarantee intact by getting it extended from time to time at my
/ our own initiative up to a period of _______________________ months after the recorded
date of completion of the work or as directed by the Engineer in charge.
I / We also indemnify the Government against any losses arising out of nonencasement of the bank guarantee if any.

(Deponent)
Signature of Contractor
Note : The affidavit is to be given by the Executants before a first class Magistrate.

C
I
O

NIL
AE(P)

EE(P)

Page 108

PROFORMA OF SCHEDULES

Annexure-VII

List of items to be executed through specialized agencies


1. Stone Works
2. Water Supply, Sanitary & drainage works
3. Water proofing work.
4. Aluminium work for doors and windows.

Such specialized agencies should be in such business for more than last five years. Those
agencies should have satisfactorily completed at least five numbers such specialized works
of amount more as required under this notice inviting tenders, during last three years.
The main agency shall have to submit credentials of such specialized agency along with full
technical details of works executed, to whom he want to engage for the work and shall have
to obtain prior approval from the engineer in charge.
The responsibility of the quality of work executed by the specialized agency shall be owned
jointly by the specialized agency and main agency. However, prime responsibility shall be
owed by the main agency.

C
I
O

NIL
AE(P)

EE(P)

Page 109

PROFORMA OF SCHEDULES

ADDITIONAL CONDITION FOR SUBMISSION OF THE


STRUCTURAL DESIGN & DRAWING

The Contractor/Agency shall submit hard and soft copies of structural design of whole
building along with detailed design calculations and six sets of structural drawings within 15
days of award of work duly proof checked by some reputed Govt. institution. If he fails to
submit the drawings along with detailed design calculation by this time, the delay on this
account will be attributable to the contractor. The design should be based on the soil
investigation report and the architectural drawings supplied by the department. The design
should be got done through a reputed design consultant with the prior approval of the
Engineer-in-charge. Nothing extra shall be paid to the Contractor/Agency on this account.

The work shall be executed in accordance with the drawings duly proof checked by some
reputed Govt. institution , which will be issued at regular intervals as per requirement. No
extra time for submission and approval of structural drawings will be granted. Change in
design if any, as may be required to meet the provision of relevant IS code and the
accepted designs principle and CPWD specification shall be made accordingly by the
Contractor/Agency without any cost. The decision of the tender accepting authority in this
regard shall be final and binding on the Contractor/Agency shall not be open to Arbitration.

The Contractor/Agency shall be responsible for correctness of the design and also for
structural safety of the buildings. Approval of design by the department shall not absolve
the Contractor/Agency of his responsibility in this regard.

In case of any dispute or interpretation of any provision, the decision of Superintending


Engineer, Haldwani Central Circle shall be final and binding on the Contractor/Agency and
shall not be open to Arbitration.

C
I
O

NIL
AE(P)

EE(P)

Page 110

PROFORMA OF SCHEDULES

Schedule of Quantity (Civil Work)


Name of Work :- Development of Permanent Infrastructure at 42nd Bn. Hqrs.
SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o
Non Residential Buildings consisting of Trademen Shop,
GOs Mess & Single officer accommodation, 1 No. 128 Men
Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master
Store, including Internal Electrical Installation and Fans).
Sl. No.
1
1.1

1.1.1
1.2

1.2.1
1.3

1.3.1
1.3.1.1
1.4

1.5

1.5.1
1.6

2
2.1

Description of items
EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means over areas
(exceeding 30cm in depth. 1.5 m in width as well
as 10 sqm on plan) including disposal of
excavated earth, lead upto 50m and lift upto
1.5m, disposed earth to be levelled and neatly
dressed.
All kinds of soil
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in
foundation trenches or drains (not exceeding 1.5
m in width or 10 sqm on plan), including dressing
of sides and ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and
disposal of surplus excavated soil as directed,
within a lead of 50 m.
All kinds of soil.
Excavating trenches of required width for pipes,
cables, etc including excavation for sockets, and
dressing of sides, ramming of bottoms, depth upto
1.5 m, including getting out the excavated soil,
and then returning the soil as required, in layers
not exceeding 20 cm in depth, including
consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated
soil as directed, within a lead of 50 m :
All kinds of soil
Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia
Filling available excavated earth (excluding rock)
in trenches, plinth, sides of foundations etc. in
layers not exceeding 20cm in depth, consolidating
each deposited layer by ramming and watering,
lead up to 50 m and lift upto 1.5 m.
Extra for every additional lift of 1.5 m or part
thereof in excavation / banking excavated or
stacked materials.
All kinds of soil
Supplying and filling in plinth with Local sand
under floors, including watering, ramming,
consolidating and dressing complete.

Quantity

Unit

13501.00

cum

2953.00

cum

657.00

metre

6308.00

cum

371.00

cum

188.00

cum

Rate

Amount

CONCRETE WORK
Providing and laying in position cement concrete
of specified grade excluding the cost of centering
and shuttering - All work up to plinth level :

C
I
O

NIL
AE(P)

EE(P)

Page 111

PROFORMA OF SCHEDULES
2.1.1

1:2:4 (1 cement : 2 coarse sand : 4 graded stone


aggregate 20 mm nominal size)

18.00

cum

2.2

1:3:6 (1 Cement : 3 coarse sand : 6 graded stone


aggregate 20 mm nominal size)

2195.00

cum

2.3

1:5:10 (1 cement : 5 coarse sand : 10 graded


stone aggregate 40 mm nominal size)

630.00

cum

2.4

Centering and shuttering including strutting,


propping etc. and removal of form work for :

2.4.1

Retaining walls, return walls, walls (any thickness)


includingattached pilasters, buttresses, plinth and
string courses fillets, kerbs and steps etc.

3323.00

sqm

2.5

Providing and laying damp-proof course 40 mm


thick with cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate 12.5 mm
nominal size).
Applying a coat of residual petroleum bitumen of
grade of VG-10 of approved quality using 1.7 kg
per square metre on damp proof course after
cleaning the surface with brushes and finally with
a piece of cloth lightly soaked in kerosene oil.
Making plinth protection 50 mm thick of cement
concrete 1:3:6 (1 cement: 3 coarse sand : 6
graded stone aggregate 20 mm nominal size)
over 75mm thick bed of dry brick ballast 40 mm
nominal size, well rammed and consolidated and
grouted with fine sand, including finishing the top
smooth.
REINFORCED CEMENT CONCRETE
Centering and shuttering including strutting,
propping etc. and removal of form for :

238.00

sqm

238.00

sqm

370.00

sqm

2.6

2.7

3
3.1
3.1.1

Foundations, footings, bases of columns, etc. for


mass concrete

1745.00

sqm

3.1.2

Walls (any thickness) including attached pilasters,


butteresses, plinth and string courses etc.

1738.00

sqm

3.1.3

Suspended floors, roofs, landings, balconies and


access platform

3.1.4
3.1.5

Shelves (Cast in situ)


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

2233.00
249.00

sqm
sqm

5125.00

sqm

3.1.6

Columns, Pillars, Piers, Abutments, Posts and


Struts
Stairs, (excluding landings) except spiralstaircases
Vertical and horizontal fins individually or forming
box louvers band, facias and eaves boards

2641.00

sqm

118.00

sqm

91.00

sqm

72.00

sqm

6.00

cum

3.1.7
3.1.8
3.1.9
3.2

3.3

Weather shade, Chajjas, corbels etc., including


edges
Providing, hoisting and fixing up to floor five level
precast reinforced cement concrete in shelves,
including setting in cement mortar 1:3 (1 cement :
3 coarse sand), cost of required centering,
shuttering and finishing with neat cement punning
on exposed surfaces but excluding the cost of
reinforcement, with 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 12.5 mm
nominal size).
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
and binding all complete upto plinth level.

C
I
O

NIL
AE(P)

EE(P)

Page 112

PROFORMA OF SCHEDULES
3.3.1
3.3.2

Thermo-Mechanically Treated bars


Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
and binding all complete above plinth level.

158246.00

Kg

3.3.2.1
3.4

Thermo-Mechanically Treated bars


Add for plaster drip course/ groove in plastered
surface or moulding to R.C.C. projections.

135500.00

Kg

599.00

metre

3.5

Providing and laying in position machine batched


and machine mixed design mix M-25 grade
cement concrete for reinforced cement concrete
work, using cement content as per approved
design mix, including pumping of concrete to site
of laying but excluding the cost of centering,
shuttering, finishing and reinforcement, including
admixtures in recommended proportions as per
IS: 9103 to accelerate, retard setting of concrete,
improve workability without impairing strength and
durability as per direction of Engineer-in-charge.
(Note :- Cement content considered in this item is
@ 330 kg/cum. Excess/less cement used as per
design mix is payable/recoverable separately).
All works upto plinth level
All works above plinth level upto floor V level
Add for using extra cement in the items of design
mix over and above the specified cement content
therein.
Providing and fixing 110mm diameter PVC pipe
conforming to IS : 13592 Type A in CC retaining wall
as weep hole.
Providing filter media behind retaining wall stone
aggregate of size 40mm to 10mm as per direction
of E-in-Charge all complete i/c cost of material
and labour ( Payment shall be made after
necessary voids deductions )
BRICK WORK
Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
foundation and plinth in:
Cement mortar 1:6 (1 cement : 6 coarse sand)
Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V
level in all shapes and sizes in :
Cement mortar 1:6 (1 cement : 6 coarse sand)
Half brick masonry with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
foundations and plinth in :

1465.00
1121.00

cum
cum

1257.00

Qtls

1175.00

metre

645.00

cum

455.00

cum

998.00

cum

1277.00

sqm

887.00

sqm

3.5.1
3.5.2
3.6

3.7
3.8

4
4.1
4.1.1
4.2

4.2.1
4.3

4.3.1
4.4

4.4.1
5

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


Half brick masonry with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V
level.
Cement mortar 1:4 (1 cement :4 coarse sand)
MARBLE WORK

C
I
O

NIL
AE(P)

EE(P)

Page 113

PROFORMA OF SCHEDULES
5.1

5.1.1
5.1.2
5.1.3
5.1.4
5.2

5.2.1
5.3

5.4

5.4.1
6
6.1

6.1.1
6.2

Providing and fixing 18 mm thick gang saw cut,


mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity
counters, window sills , facias and similar
locations of required size, approved shade, colour
and texture laid over 20 mm thick base cement
mortar 1:4 (1 cement : 4 coarse sand), joints
treated with white cement, mixed with matching
pigment, epoxy touch ups, including rubbing,
curing, moulding and polishing to edges to give
high gloss finish etc. complete at all levels.
Raj Nagar Plain white marble/ Udaipur green
marble/ Zebra black marble
Area of slab over 0.50 sqm
Granite of any colour and shade
Area of slab over 0.50 sqm
Providing edge moulding to 18 mm thick marble
stone counters, Vanities etc., including machine
polishing to edge to give high gloss finish etc.
complete as per design approved by Engineer-inCharge.
Granite work
Extra for fixing marble /granite stone, over and
above corresponding basic item, in facia and
drops of width upto 150 mm with epoxy resin
based adhesive, including cleaning etc. complete.
Providing and fixing stone slab with table rubbed,
edges rounded and polished, of size 75x50 cm
deep and 1.8 cm thick, fixed in urinal partitions by
cutting a chase of appropriate width with chase
cutter and embedding the stone in the chase with
epoxy grout or with cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone
aggregate 6 mm nominal size) as per direction of
Engineer-in-charge and finished smooth.
Granite Stone of approved shade
W O O D A N D P. V. C. W O R K
Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought
framed and fixed in position with hold fast lugs or
with dash fasteners of required dia & length (hold
fast lugs or dash fastener shall be paid for
separately).
Second class teak wood
Deduct for not providing hinges in doors, windows
or clerestory window shutters with :

6.2.1

ISI marked M.S. pressed butt hinges bright


finished of required size

6.2.2

For 2nd class teak wood and other class of wood


shutters
Providing and fixing ISI marked flush door
shutters conforming to IS : 2202 (Part I) nondecorative type, core of block board construction
with frame of 1st class hard wood and well
matched commercial 3 ply veneering with vertical
grains or cross bands and face veneers on both
faces of shutters :
35 mm thick including ISI marked Stainless Steel
butt hinges with necessary screws

6.3

6.3.1

C
I
O

47.00

sqm

20.00

sqm

51.00

metre

51.00

metre

10.00

sqm

3.00

cum

255.00

sqm

285.00

sqm

NIL
AE(P)

EE(P)

Page 114

PROFORMA OF SCHEDULES
6.3.2

6.4

6.4.1
6.4.2
6.4.3
6.5

6.5.1
6.6
6.6.1
6.7

6.7.1
6.7.2
6.8

6.9

6.9.1
6.9.2
6.9.3
6.10

6.10.1
6.10.2
6.11

6.11.1
6.11.2
6.12

6.12.1
6.12.2
6.13

25 mm thick (for cupboard) including ISI marked


nickel plated bright finished M.S. piano hinges
with necessary screws
Providing and fixing wire gauge shutters using
galvanized M.S. wire gauge of average width of
aperture 1.4 mm in both directions with wire of dia
0.63 mm, for doors, windows and clerestory
windows with hinges and necessary screws :
30 mm thick shutters
With ISI marked stainless steel butt hinges of
required size
Second class teak wood
Providing and fixing M.S. grills of required pattern
in frames of windows etc. with M.S. flats, square
or round bars etc. including priming coat with
approved steel primer all complete.
Fixed to steel windows by welding
Providing and fixing ISI marked oxidised M.S.
sliding door bolts with nuts and screws etc.
complete :
250x16 mm
Providing and fixing ISI marked oxidised M.S.
tower bolt black finish, (Barrel type) with
necessary screws etc. complete :
250x10 mm
200x10 mm
Providing and fixing ISI marked 85x42 mm
oxidised M.S. pull bolt lock conforming to IS :
7534 with necessary screws bolts, nut and
washers etc. complete.
Providing and fixing ISI marked oxidised M.S.
handles conforming to IS:4992 with necessary
screws etc. complete :
125 mm
100 mm
75 mm
Providing and fixing oxidised M.S. hasp and
staple (safety type) conforming to IS : 363 with
necessary screws etc. complete :
150 mm
90mm
Providing and fixing aluminium sliding door bolts,
ISI marked anodised (anodic coating not less than
grade AC 10 as per IS : 1868), transparent or
dyed to required colour or shade, with nuts and
screws etc. complete :
300x16 mm
250x16 mm
Providing and fixing aluminium tower bolts, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868 ) transparent or
dyed to required colour or shade, with necessary
screws etc. complete :
300x10 mm
200x10 mm
Providing and fixing aluminium pull bolt lock, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or
dyed to required colour and shade, with
necessary screws bolts, nut and washers etc.

C
I
O

257.00

sqm

4.00

sqm

5258.00

kg

29.00

each

70.00
70.00

each
each

41.00

each

58.00
338.00
48.00

each
each
each

128.00
24.00

each
each

40.00
133.00

each
each

126.00
134.00

each
each

24.00

each

NIL
AE(P)

EE(P)

Page 115

PROFORMA OF SCHEDULES
complete.

6.14

6.14.1
6.15

6.15.1
6.16

6.17
6.17.1

6.18

6.18.1
7
7.1

7.2

Providing and fixing aluminium handles, ISI


marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or
dyed to required colour or shade, with necessary
screws etc. complete :
125 mm
Providing and fixing aluminium hanging floor door
stopper, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour and shade,
with necessary screws etc. complete.
Twin rubber stopper
Providing and fixing Fiber Glass Reinforced
plastic (FRP) Door Frames of cross-section 90
mm x 45 mm having single rebate of 32 mm x 15
mm to receive shutter of 30 mm thickness .The
laminate shall be moulded with fire resistant
grade unsaturated polyester resin and chopped
mat . Door frame laminate shall be 2 mm thick
and shall be filled with suitable wooden block in
all the three legs. The frame shall be covered with
fiber glass from all sides. M.S. stay shall be
provided at the bottom to steady the frame.
Providing and fixing to existing door frames.
30 mm thick Fiberglass Reinforced Plastic
(F.R.P.) flush door shutter in different plain and
wood finish made with fire retardant grade
unsaturated polyester resin, moulded to 3 mm
thick FRP laminate all around, with suitable
wooden blocks inside at required places for fixing
of fittings and polyurethane foam (PUF)/
Polystyrene foam to be used as filler material
throughout the hollow panel, casted monolithically
with testing parameters of F.R.P. laminate
conforming to table - 3 of IS: 14856, complete as
per direction of Engineer-in-charge.
Providing and fixing fly proof stainless steel grade
304 wire gauge, to windows and clerestory
windows using wire gauge with average width of
aperture 1.4 mm in both directions with wire of
dia. 0.50 mm all complete.
With 12 mm mild steel U beading
STEEL WORK
Structural steel work riveted, bolted or welded in
built up sections, trusses and framed work,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer
all complete.
Providing and fixing in position collapsible steel
shutters with vertical channels 20x10x2 mm and
braced with flat iron diagonals 20x5 mm size, with
top and bottom rail of T-iron 40x40x6 mm, with 40
mm dia steel pulleys, complete with bolts, nuts,
locking arrangement, stoppers, handles, including
applying a priming coat of approved steel primer.

C
I
O

222.00

each

152.00

each

364.00

metre

128.00

sqm

324.00

sqm

20355.00

Kg

12.00

sqm

NIL
AE(P)

EE(P)

Page 116

PROFORMA OF SCHEDULES
7.3

7.3.1
7.3.2
7.4

7.5

7.5.1
7.6

7.7
7.8

Providing and fixing pressed steel door frames


conforming to IS: 4351, manufactured from
commercial mild steel sheet of 1.60 mm
thickness, including hinges, jamb, lock jamb, bead
and if required angle threshold of mild steel angle
of section 50x25 mm, or base ties of 1.60 mm,
pressed mild steel welded or rigidly fixed together
by mechanical means, including M.S. pressed
butt hinges 2.5 mm thick with mortar guards, lock
strike- plate and shock absorbers as specified
and applying a coat of approved steel primer after
pre-treatment of the surface as directed by
Engineer- in-charge:
Profile B
Fixing with adjustable lugs with split end tail to
each jamb
Providing and fixing all size/design and type of
factory made steel glazed/ wire gauged doors,
windows and ventilators side/top/centre hung of
Cold Rolled Formed Continuous Seam Welded
tubular profiles made from commercial MS sheet
conforming to IS 513 of 1973, size of welded
tubular Z- Profiles and T- Profiles are 50x23 mm x
16 guage, joints mitred and flush butt welded with
19x3 mm lugs 10 cm long embedded in cement
concrete blocks 15x10x10 cm of CC 1:3:6 mix (1
cement : 3 coarse sand : 6 graded stone
aggregate 20 mm nomial size) or with wooden
plugs and screws or with rawl plugs & screws, as
required including providing and fixing MS hooks
& eyes (4 mm dia 125 mm length), 100x10 mm
MS tower bolt, 3 mm thick, 75 mm MS handles
and box type hinges (65 mm length of 2.55 mm
thick sheet, GI pin of 6mm dia) and applying a
priming coat of approved steel primer.The
payment shall be made only for the profiles
provided on actual weight basis. No extra
payment
shall
be
made
for
other
accessories/fittings as mentioned in the item.
Providing and fixing glass panes/wire gauge shall
be paid separately.
Steel work in built up tubular ( round, square or
rectangular hollow tubes etc.) trusses etc.,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer,
including welding and bolted with special shaped
washers etc. complete.
Hot finished welded type tubes
Providing and fixing circular/ Hexagonal cast iron
or M.S. sheet box for ceiling fan clamp, of internal
dia 140 mm, 73 mm height, top lid of 1.5 mm thick
M.S. sheet with its top surface hacked for proper
bonding, top lid shall be screwed into the cast
iron/ M.S. sheet box by means of 3.3 mm dia
round headed screws, one lock at the corners.
Clamp shall be made of 12 mm dia M.S. bar bent
to shape as per standard drawing.
Providing and fixing mild steel round holding
down bolts with nuts and washer plates complete.
Providing and fixing bolts including nuts and
washers complete.

C
I
O

691.00

metre

14698.00

kg

56013.00

kg

124.00

each

983.00

kg

847.00

kg

NIL
AE(P)

EE(P)

Page 117

PROFORMA OF SCHEDULES
7.9

Steel work welded in built up sections/ framed


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

7.9.1

In gratings, frames, guard bar, ladder, railings,


brackets, gates and similar works

7.10

Providing and fixing hand rail of approved size by


welding etc. to steel ladder railing, balcony railing,
staircase railing and similar works, including
applying priming coat of approved steel primer.

7.10.1
7.11

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

7.11.1

Stainless steel (grade 304) wire gauze of 0.5 mm


dia wire and 1.4 mm aperture on both sides

7.12

Providing & fixing glass panes with putty and


glazing clips in steel doors, windows, clerestory
windows, all complete with :
4.0 mm thick glass panes
5.5 mm thick glass panes
FLOORING
Chequered terrazo tiles 22 mm thick with graded
marble chips of size up to 6 mm in floors, jointed
with neat cement slurry mixed with pigment to
match the shade of the tiles, including rubbing
and polishing complete, on 20 mm thick bed of
cement mortar 1:4 (1 cement :4 coarse sand) :
Dark shade pigment using ordinary cement
Chequerred precast cement concrete tiles 22 mm
thick in footpath & courtyard, jointed with neat
cement slurry mixed with pigment to match the
shade of tiles, including rubbing and cleaning etc.
complete, on 20 mm thick bed of cement mortar
1:4 (1 cement: 4 coarse sand).
Ordinary cement without any pigment
Kota stone slab flooring over 20 mm (average)
thick base laid over and jointed with grey cement
slurry mixed with pigment to match the shade of
the slab, including rubbing and polishing complete
with base of cement mortar 1 : 4 (1 cement : 4
coarse sand) :
25 mm thick
Kota stone slabs 20 mm thick in risers of steps,
skirting, dado and pillars laid on 12 mm (average)
thick cement mortar 1:3 (1 cement: 3 coarse
sand) and jointed with grey cement slurry mixed
with pigment to match the shade of the slabs,
including rubbing and polishing complete.
Extra for pre finished nosing in treads of steps of
Kota stone/ sand stone slab.

7.12.1
7.12.2
8
8.1

8.1.1
8.2

8.2.1
8.3

8.3.1
8.4

8.5

C
I
O

19958.00

kg

1888.00

kg

160.00

sqm

378.00
47.00

sqm
sqm

56.00

sqm

46.00

sqm

883.00

sqm

72.00

sqm

165.00

metre

NIL
AE(P)

EE(P)

Page 118

PROFORMA OF SCHEDULES
8.6

8.7

8.8

8.9

8.9.1
8.10

8.10.1
9
9.1

9.1.1
9.2

9.2.1

Providing and fixing Ist quality ceramic glazed


wall tiles conforming to IS: 15622 (thickness to be
specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with
pigment of matching shade complete.
Providing and laying Ceramic glazed floor tiles of
size 300x300 mm (thickness to be specified by
the manufacturer) of 1st quality conforming to IS :
15622 of approved make in colours such as
White, Ivory, Grey, Fume Red Brown, laid on 20
mm thick cement mortar 1:4 (1 Cement : 4
Coarse sand), including pointing the joints with
white cement and matching pigment etc.,
complete.
Providing and laying Ceramic glazed floor tiles of
size 300x300 mm (thickness to be specified by
the manufacturer), of 1st quality conforming to IS :
15622, of approved make, in all colours, shades,
except White, Ivory, Grey, Fume Red Brown, laid
on 20 mm thick bed of cement mortar 1:4 (1
Cement : 4 Coarse sand), including pointing the
joints with white cement and matching pigments
etc., complete.
Providing and laying Vitrified tiles in different sizes
(thickness to be specified by manufacturer), with
water absorption less than 0.08 % and
conforming to I.S. 15622, of approved make, in all
colours & shade, in skirting, riser of steps, over 12
mm thick bed of cement mortar 1:3 (1 cement: 3
coarse sand), including grouting the joint with
white cement &
Size of Tile 600x600 mm
Providing and laying Vitrified tiles in different sizes
(thickness to be specified by the manufacturer),
with water absorption less than 0.08% and
conforming to IS: 15622, of approved brand &
manufacturer, in all colours and shade, in skirting,
riser of steps, laid with cement based high
polymer modified quick set tile adhesive (water
based) conforming to IS: 15477, in average 6 mm
thickness, including grouting of joints (Payment
for grouting of joints to be made separately).
Size of Tile 600x600 mm
ROOFING
Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS :
13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for
thermal expansion, (i) Single socketed pipes.
110 mm diameter
Providing and fixing on wall face unplasticised PVC
moulded
fittings/
accessories
for
unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
Coupler
C
I
O

1322.00

sqm

3770.00

sqm

74.00

sqm

823.00

sqm

174.00

sqm

495.00

metre

NIL
AE(P)

EE(P)

Page 119

PROFORMA OF SCHEDULES
9.2.1.1
9.2.1.2
9.2.1.3
9.2.1.4
9.2.1.5
9.3

9.3.1
9.4

9.5

9.6

9.6.1
9.6.2

110 mm
Bend 87.5
110 mm bend
Shoe (Plain)
110 mm Shoe
Providing and fixing unplasticised -PVC pipe clips
of approved design to unplasticised - PVC rain
water pipes by means of 50x50x50 mm hard
wood plugs, screwed with M.S. screws of required
length, including cutting brick work and fixing in
cement mortar 1:4 (1 cement : 4 coarse sand)
and making good the wall etc. complete.
110 mm
Providing and fixing to the inlet mouth of rain
water pipe cast iron grating 15 cm diameter and
weighing not less than 440 grams.
Providing and fixing precoated galvanised iron
profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-charge)
0.50 mm (+ 0.05 %) total coated thickness with
zinc coating 120 grams per sqm as per IS: 277, in
240 mpa steel grade, 5-7 microns epoxy primer
on both side of the sheet and polyester top coat
15-18 microns. Sheet should have protective
guard film of 25 microns minimum to avoid
scratches during transportation and should be
supplied in single length upto 12 metre or as
desired by Engineer- in-charge. The sheet shall
be fixed using self drilling /self tapping screws of
size (5.5x 55 mm) with EPDM seal, complete upto
any pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses
and including cutting to size and shape wherever
required.
Providing and fixing precoated galvanised steel
sheet roofing accessories 0.50 mm (+ 0.05 %)
total coated thickness, Zinc coating 120 grams
per sqm as per IS: 277, in 240 mpa steel grade,
5-7 microns epoxy primer on both side of the
sheet and polyester top coat 15-18 microns using
self drilling/ self tapping screws complete :
Ridges plain (500 - 600mm)
Flashings/ Aprons.( Upto 600 mm)

C
I
O

76.00

each

78.00

each

72.00

each

310.00

each

62.00

each

3246.00

Sqm

378.00
18.00

metre
metre

NIL
AE(P)

EE(P)

Page 120

PROFORMA OF SCHEDULES
9.7

10
10.1
10.1.1
10.2

Providing and fixing tiled false ceiling of 6mm


thick cement board plain Multipurpose Cement
Board (High Pressure steam cured high impact
polypropelene reinforced) as per IS: 14862 of size
595x595 mm in true horizontal level suspended
on inter locking metal grid of hot dipped
galvanized steel sections (galavanized @ 120
grams/sqm, both side inclusive) consisting of
main "T" runner with suitably space joints to get
required length and of size 24x38 mm made from
0.30mm thick (minimum sheet, 1200mm long
spaced between main "T" at 600mm center to
center to form a grid of sheet to be interlocked at
middle of the 1200x600mm panel to form grids of
600mmx600mm and wall angle of size 24x24x0.3
mm and laying false ceiling tiles of approved
texture in the grid including, required, cutting/
making, opening for services like diffusers, grills,
light fittings, fixtures, smoke detectors etc. Main
"T" runners to be suspended from celing using GI
slotted cleats of size 27x37x25x1.6 mm fixed to
ceiling with 12.5 mm dia and 50mm long dash
fasterners, 4mm GI adjustable rods with
galvanised butterfly level clips of size 85 x 30 x
0.8 mm spaced at 1200 mm center to center
along main T, bottom exposed width of 24 mm of
all T-sections shall be prepainted with polyester
paint, all complete for all heights as per
specifications, drawings and as directed by
Engineer-in-Charge.
FINISHING
12 mm cement plaster of mix :
1:6 (1 cement: 6 fine sand)
15 mm cement plaster on the rough side of single
or half brick wall of mix :

2771.00

Sqm

8481.00

sqm

10.2.1
10.3

1:6 (1 cement: 6 fine sand)


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

5856.00

sqm

10.3.1
10.4

1:4 (1 cement: 4 fine sand)


Cement plaster 1:3 (1 cement: 3 coarse sand)
finished with a floating coat of neat cement.

197.00

Sqm

10.4.1
10.5
10.5.1
10.6

12 mm cement plaster
6 mm cement plaster of mix :
1:3 (1 cement : 3 fine sand)
Extra for plastering exterior walls of height more
than 10 m from ground level for every additional
height of 3 m or part thereof.

1610.00

sqm

8418.00

sqm

434.00

sqm

10.7
10.7.1
10.8

White washing with lime to give an even shade :


New work (three or more coats)
Distempering with 1st quality acrylic distemper
(ready mixed) of approved manufacturer, of
required shade and colour complete, as per
manufacturer's specification.
Two or more coats on new work
Applying one coat of water thinnable cement
primer of approved brand and manufacture on
wall surface :
Water thinnable cement primer
Finishing walls with water proofing cement paint
of required shade :

2017.00

sqm

11227.00

sqm

11102.00

sqm

10.8.1
10.9

10.9.1
10.10

C
I
O

NIL
AE(P)

EE(P)

Page 121

PROFORMA OF SCHEDULES
10.10.1
10.11
10.11.1
10.12
10.12.1
11
11.1

11.1.1
11.2

11.2.1
11.3

11.3.1

New work (Two or more coats applied @ 3.84


kg/10 sqm)
Applying priming coat :
With ready mixed pink or Grey primer of approved
brand and manufacture on wood work (hard and
soft wood)
Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade :
Two or more coats on new work
SANITARY INSTALLATIONS
Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast
Iron P or S trap, 10 litre low level white P.V.C.
flushing cistern, including flush pipe, with
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
White Vitreous china Orissa pattern W.C. pan of
size 580x440 mm with integral type foot rests
Providing and fixing white vitreous china pedestal
type water closet (European type W.C. pan) with
seat and lid, 10 litre low level white P.V.C.
controlled flushing cistern, including flush pipe,
with manually controlled device (handle lever),
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
W.C. pan with ISI marked white solid plastic seat
and lid
Providing and fixing white vitreous china flat back
half stall urinal of size 580x380x350 mm with
white PVC automatic flushing cistern, with fittings,
standard size C.P. brass flush pipe, spreaders
with unions and clamps (all in C.P. brass) with
waste fitting as per IS : 2556, C.I. trap with outlet
grating and other couplings in C.P. brass,
including painting of fittings and cutting and
making good the walls and floors wherever
required :
Single half stall urinal with 5 litre P.V.C. automatic
flushing cistern

6919.00

sqm

695.00

sqm

4115.00

sqm

28.00

each

26.00

each

24.00

each

11.3.2

Range of two half stall urinals with 5 litre P.V.C.


automatic flushing cistern

3.00

each

11.4

Providing and fixing one piece construction white


vitreous china squatting plate with an integral
longitudinal flushing pipe, white P.V.C. automatic
flushing cistern, with fittings, standard size G.I. /
PVC flush pipe for back and front flush with
standard spreader pipes with fittings, G.I clamps
and C.P. brass coupling complete, including
painting of fittings and cutting and making good
the walls and floors etc. wherever required :
Range of four squatting plates with 10 litre P.V.C.
automatic flushing cistern

4.00

each

11.4.1
11.5

Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require :

C
I
O

NIL
AE(P)

EE(P)

Page 122

PROFORMA OF SCHEDULES
11.5.1

11.6

11.7

11.7.1
11.7.1.2
11.8
11.8.1
11.8.1.1
11.8.2
11.8.2.1
11.8.2.2
11.9

11.10

11.10.1
11.10.2
11.11
11.11.1
11.12
11.12.1
11.12.1.
2
11.13

11.13.1
11.14

11.14.1
11.14.1.
1
11.15
11.15.1
11.15.1.
1

White Vitreous China Flat back wash basin size


550x 400 mm with single 15 mm C.P. brass pillar
tap
Providing and fixing white vitreous china pedestal
for
wash
basin
completely recessed at the back for the reception
of pipes and fittings.
Providing and fixing Stainless Steel A ISI 304
(18/8) kitchen sink as per IS : 13983 with C.I.
brackets and stainless steel plug 40 mm,
including painting of fittings and brackets, cutting
and making good the walls wherever required :
Kitchen sink with drain board
510x1040 mm bowl depth 225 mm
Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings
complete.
Semi rigid pipe
32 mm dia
Flexible pipe
32 mm dia
40 mm dia
Providing and fixing 600x450 mm beveled edge
mirror of superior glass (of approved quality)
complete with 6 mm thick hard board ground fixed
to wooden cleats with C.P. brass screws and
washers complete.
Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size
with plastic moulded frame of approved make and
shade with 6 mm thick hard board backing :
Rectangular shape 453x357 mm
Rectangular shape 1500x450 mm
Providing and fixing toilet paper holder :
C.P. brass
Providing and fixing soil, waste and vent pipes :
100 mm dia
Centrifugally cast (spun) iron socket & spigot
(S&S) pipe as per IS: 3989
Providing and fixing M.S. holder-bat clamps of
approved design to Sand Cast iron/cast iron
(spun) pipe embedded in and including cement
concrete blocks 10x10x10 cm of 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), including cost of
cutting holes and making good the walls etc. :
For 100 mm dia pipe
Providing and fixing bend of required degree with
access door, insertion rubber washer 3 mm thick,
bolts and nuts complete.

67.00

each

41.00

each

5.00

each

12.00

each

55.00
5.00

each
each

23.00

each

8.00
11.00

each
each

14.00

each

820.00

metre

139.00

each

10.00

each

38.00

each

100 mm dia
Sand cast iron S&S as per IS - 3989
Providing and fixing plain bend of required
degree.
100 mm dia
Sand cast iron S&S as per IS : 3989

C
I
O

NIL
AE(P)

EE(P)

Page 123

PROFORMA OF SCHEDULES
11.16
11.16.1
11.16.1.
1
11.17

11.17.1
11.17.1.
1
11.18
11.18.1
11.18.1.
1
11.19
11.19.1
11.19.1.
1
11.20
11.20.1
11.21

11.21.1
11.22

11.22.1
11.22.1.
1
11.23

11.23.1
11.24

11.25

11.25.1

11.26

Providing and fixing heel rest sanitary bend


100 mm dia
Sand cast iron S&S as per IS - 3989
16.00

each

86.00

each

52.00

each

142.00

each

759.00

each

128.00

each

150.00

each

238.00

metre

21.00

each

29.00

metre

22.00

each

Providing and fixing single equal plain junction of


required degree with access door, insertion
rubber washer 3 mm thick, bolts and nuts
complete.
100x100x100 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing terminal guard :
100 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing collar :
100 mm
Sand cast iron S&S as per IS - 3989
Providing lead caulked joints to sand cast
iron/centrifugally cast (spun) iron pipes and
fittings of diameter :
100 mm
Providing and fixing M.S. stays and clamps for
sand cast iron/centrifugally cast (spun) iron pipes
of diaMetre :
100 mm
Providing and fixing trap of self cleansing design
with screwed down or hinged grating with or
without vent arm complete, including cost of
cutting and making good the walls and floors :
100 mm inlet and 100 mm outlet
Sand cast iron S&S as per IS: 3989
Painting sand cast iron/ centrifugally cast (spun)
iron soil, waste vent pipes and fittings with two
coats of synthetic enamel paint of any colour such
as chocolate grey, or buff etc. over a coat of
primer (of approved quality) for new work :
100 mm diameter pipe
Providing and fixing PTMT liquid soap container
109 mm wide, 125 mm high and 112 mm distance
from wall of standard shape with bracket of the
same materials with snap fittings of approved
quality and colour, weighing not less than 105
gms.
Providing and fixing PTMT towel rail complete
with brackets fixed to wooden cleats with CP
brass screws with concealed fittings arrangement
of approved quality and colour.
600 mm long towel rail with total length of 645
mm, width 78 mm and effective height of 88 mm,
weighing not less than 190 gms
Providing and fixing CP brass centre hole basin
mixer of approvrd quality and make like
Jaquar,Plamber,Parryware or equivalent as per
direction of Enginner-in-charge.

C
I
O

NIL
AE(P)

EE(P)

Page 124

PROFORMA OF SCHEDULES
11.27

11.28

11.29

11.30

12
12.1
12.1.1
12.1.2
12.1.3
12.1.4
12.1.5
12.2

12.2.1
12.2.2
12.3
12.3.1
12.3.2
12.3.3
12.3.4
12.4
12.4.1
12.5
12.5.1
12.5.2
12.5.3
12.6
12.6.1
12.6.2
12.7

Providing and fixing CP brass concealed wall


mixer of approvrd quality and make like
Jaquar,Plamber,Parryware or equivalent as per
direction of Enginner-in-charge.
Providing and fixing CP brass revolving shower of
approvrd
quality
and
make
like
Jaquar,Plamber,Parryware or equivalent as per
direction of Enginner-in-charge.
Providing and fixing CP brass Towel rack of
approvrd
quality
and
make
like
Jaquar,Plamber,Parryware or equivalent as per
direction of Enginner-in-charge.
Providing and fixing CP brass soap Dish
Tumbular of approvrd quality and make like
Jaquar,Plamber,Parryware or equivalent as per
direction of Enginner-inWATER SUPPLY
Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good
the walls etc.
20 mm dia nominal bore
25 mm dia nominal bore
32 mm dia nominal bore
40 mm dia nominal bore
50 mm dia nominal bore
Providing and fixing G.I. Pipes complete with G.I.
fittings and clamps, i/c making good the walls etc.
concealed pipe, including painting with anti
corrosive bitumastic paint, cutting chases and
making good the wall :
15 mm dia nominal bore
20 mm dia nominal bore
Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc.

8.00

each

8.00

each

9.00

each

26.00

each

20.00
625.00
15.00
280.00
110.00

metre
metre
metre
metre
metre

100.00
405.00

metre
metre

25 mm dia nominal bore


32 mm dia nominal bore
40 mm dia nominal bore
50 mm dia nominal bore
Providing and fixing brass stop cock of approved
quality :
15 mm nominal bore
Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end) :

20.00
15.00
92.00
85.00

metre
metre
metre
metre

3.00

each

25 mm nominal bore
40 mm nominal bore
50 mm nominal bore
Providing and fixing ball valve (brass) of approved
quality, High or low pressure, with plastic floats
complete :
20 mm nominal bore
25 mm nominal bore
Providing and fixing uplasticised PVC connection
pipe with brass unions :

31.00
19.00
9.00

each
each
each

7.00
6.00

each
each

12.7.1
12.7.2
12.8

45 cm length
15 mm nominal bore
Providing and fixing C.P. brass shower rose with
15 or 20 mm inlet :

194.00

each

12.8.1

100 mm diameter

21.00

each

C
I
O

NIL
AE(P)

EE(P)

Page 125

PROFORMA OF SCHEDULES
12.9

12.9.1
12.9.2
12.9.3
12.9.4
12.9.5
12.10
12.10.1
12.10.2
12.10.3
12.10.4
12.10.5
12.11
12.11.1
12.11.2
12.11.3
12.12

12.12.1
12.12.2
12.12.3
12.12.4
12.12.5
12.13

12.14

Painting G.I. pipes and fittings with synthetic


enamel white paint with two coats over a ready
mixed priming coat, both of approved quality for
new work :
15 mm diameter pipe
25 mm diameter pipe
32 mm diameter pipe
40 mm diameter pipe
50 mm diaMetre pipe
Painting G.I. pipes and fittings with two coats of
anti-corrosive bitumastic paint of approved quality
:
15 mm diameter pipe
20 mm diameter pipe
32 mm diameter pipe
40 mm diameter pipe
50 mm diameter pipe
Providing and filling sand of grading zone V or
coarser grade, all- round the G.I. pipes in external
work :
32 mm diameter pipe
40 mm diameter pipe
50 mm diameter pipe
Providing and fixing G.I. Union in G.I. pipe
including cutting and threading the pipe and
making long screws etc. complete (New work) :
20 mm nominal bore
25 mm nominal bore
32 mm nominal bore
40 mm nominal bore
50 mm nominal bore
Providing and placing on terrace (at all floor
levels) polyethylene water storage tank, ISI :
12701 marked, with cover and suitable locking
arrangement and making necessary holes for
inlet, outlet and overflow pipes but without fittings
and the base support for tank.
Providing and fixing C.P. brass bib cock of
approved quality conforming to IS:8931 :

20.00
645.00
15.00
310.00
125.00

metre
metre
metre
metre
metre

100.00
130.00
55.00
52.00
70.00

metre
metre
metre
metre
metre

15.00
62.00
70.00

metre
metre
metre

4.00
34.00
4.00
30.00
16.00

each
each
each
each
each

33000.00

per litre

12.14.1
12.15

15 mm nominal bore
Providing and fixing C.P. brass long nose bib
cock of approved quality conforming to IS
standards and weighing not less than 810 gms.

21.00

each

12.15.1
12.16

15 mm nominal bore
Providing and fixing C.P. brass long body bib
cock of approved quality conforming to IS
standards and weighing not less than 690 gms.

44.00

each

12.16.1
12.17

15 mm nominal bore
Providing and fixing C.P. brass stop cock
(concealed) of standard design and of approved
make conforming to IS:8931.
15 mm nominal bore
Providing and fixing C.P. brass angle valve for
basin mixer and geyser points of approved quality
conforming to IS:8931 a) 15 mm nominal bore

58.00

each

69.00

each

15mm nominal bore

193.00

each

12.17.1
12.18

12.18.1

C
I
O

NIL
AE(P)

EE(P)

Page 126

PROFORMA OF SCHEDULES
12.19

Cutting holes up to 30x30 cm in walls including


making good the same

12.19.1

With common burnt clay F.P.S. (non modular)


bricks
DRAINAGE
Providing, laying and jointing glazed stoneware
pipes class SP-1 with stiff mixture of cement
mortar in the proportion of 1:1 (1 cement : 1 fine
sand) including testing of joints etc. complete :
100 mm diameter
150 mm diameter
200 mm diameter
Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round S.W.
pipes including bed concrete as per standard
design :
100 mm diameter S.W. pipe
150 mm diameter S.W. pipe
200 mm diameter S.W. pipe
Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick
masonry chamber with water tight C.I. cover with
frame of 300 x300 mm size (inside) the weight of
cover to be not less than 4.50 kg and frame to be
not less than 2.70 kg as per standard design :
150 x 100 mm size P type
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

13
13.1

13.1.1
13.1.2
13.1.3
13.2

13.2.1
13.2.2
13.2.3
13.3

13.3.1
13.3.1.1
13.3.1.2
13.3.1.3

180x150 mm size P type


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

13.4

Providing and laying non-pressure NP2 class


(light duty) R.C.C. pipes with collars jointed with
stiff mixture of cement mortar in the proportion of
1:2 (1 cement : 2 fine sand) including testing of
joints etc. complete :
250 mm dia. R.C.C. pipe
Constructing brick masonry manhole in cement
mortar 1:4 ( 1 cement : 4 coarse sand ) with
R.C.C. top slab with 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone aggregate 20 mm
nominal size), foundation concrete 1:4:8 mix (1
cement : 4 coarse sand : 8 graded stone
aggregate 40 mm nominal size), inside plastering
12 mm thick with cement mortar 1:3 (1 cement : 3
coarse sand) finished with floating coat of neat
cement and making channels in cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) finished with a
floating coat of neat cement complete as per
standard design :
Inside size 90x80 cm and 45 cm deep including
C.I. cover with frame (light duty) 455x610 mm
internal dimensions, total weight of cover and
frame to be not less than 38 kg (weight of cover
23 kg and weight of frame 15 kg) :
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

13.4.1
13.5

13.5.1

13.5.1.1

C
I
O

8.00

each

58.00
320.00
150.00

metre
metre
metre

55.00
308.00
148.00

metre
metre
metre

40.00

each

19.00

each

65.00

metre

48.00

each

NIL
AE(P)

EE(P)

Page 127

PROFORMA OF SCHEDULES
13.5.1.2

Inside size 120x90 cm and 90 cm deep including


C.I. cover with frame (medium duty) 500 mm
internal diameter, total weight of cover and frame
to be not less than 116 kg (weight of cover 58 kg
and weight of frame 58 kg) :
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

9.00

each

13.6
13.6.1
13.6.1.1

Extra for depth for manholes :


Size 90x80 cm
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

20.50

metre

13.6.2
13.6.2.1

Size 120x90 cm
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

9.00

metre

13.7

Providing M.S. foot rests including fixing in


manholes with 20x20x10 cm cement concrete
blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded
stone aggregate 20 mm nominal size) as per
standard design :
With 20x20 mm square bar
Making soak pit 2.5 m diameter 3.0 metre deep
with 45 x 45 cm dry brick honey comb shaft with
bricks and S.W. drain pipe 100 mm diameter, 1.8
m long complete as per standard design.
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

70.00

each

13.5.1.3

13.7.1

13.7.2
14
14.1

14.1.1
14.1.2
14.2

14.2.1
14.3

2.00

each

ALUMINIUM WORK
Providing and fixing aluminium work for doors,
windows, ventilators and partitions with extruded
built up standard tubular sections/ appropriate Z
sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with
dash fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat
angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all
complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing,
paneling and dash fasteners to be paid for
separately) :
For fixed portion
Polyester powder coated aluminium (minimum
thickness of polyester powder coating 50 micron)

1399.00

Kg.

For shutters of doors, windows & ventilators


including providing and fixing hinges/ pivots and
making provision for fixing of fittings wherever
required including the cost of EPDM rubber /
neoprene gasket required (Fittings shall be paid
for separately)
Polyester powder coated aluminium (minimum
thickness of polyester powder coating 50 micron)

1808.00

Kg

Providing and fixing glazing in aluminium door,


window, ventilator shutters and partitions etc. with
EPDM rubber / neoprene gasket etc. complete as
per the architectural drawings and the directions
of engineer-in-charge . (Cost of aluminium snap
beading shall be paid in basic item):
C
I
O

NIL
AE(P)

EE(P)

Page 128

PROFORMA OF SCHEDULES
14.3.1
14.4

14.4.1
14.5

14.5.1
14.6

14.7

14.7.1
15
15.1

15.2

With float glass panes of 5.50 mm thickness


Providing and fixing double action hydraulic floor
spring of approved brand and manufacture
conforming to IS : 6315, having brand logo
embossed on the body / plate with double spring
mechanism and door weight upto 125 kg, for
doors, including cost of cutting floors, embedding
in floors as required and making good the same
matching to the existing floor finishing and cover
plates with brass pivot and single piece M.S.
sheet outer box with slide plate etc. complete as
per the direction of Engineer-in-charge.
With stainless steel cover plate minimum 1.25
mm thickness
Providing and fixing aluminium tubular handle bar
32 mm outer dia, 3.0 mm thick & 2100 mm long
with SS screws etc .complete as per direction of
Engineer-in-Charge.
Polyester powder coated minimum thickness 50
micron aluminium tubular handle bar

93.00

sqm

36.00

each

24.00

each

Providing and fixing 100mm brass locks (best


make of approved quality) for aluminium doors
including necessary cutting and making good etc.
complete.
Providing and fixing aluminium round shape
handle of outer dia 100mm with SS screws etc.
complete as per direction of Engineer-in-charge

7.00

each

Powder coated minimum thickness 50 micron


aluminium
WATER PROOFING

4.00

each

603.00

sqm

Providing and laying water proofing treatment in


sunken portion of WCs, bathroom etc., by applying
cement slurry mixed with water proofing cement
compound consisting of applying : a) First layer of
slurry of cement @ 0.488 kg/sqm mixed with water
proofing cement compound @ 0.253 kg/sqm. This
layer will be allowed to air cure for 4 hours. b)
Second layer of slurry of cement @ 0.242 kg/sqm
mixed with water proofing cement compound @
0.126 kg/sqm. This layer will be allowed to air cure
for 4 hours followed with water curing for 48 hours.
The rate includes preparation of surface, treatment
and sealing of all joints, corners, junctions of pipes
and masonry with polymer mixed slurry.
Providing and laying integral cement based water
proofing treatment including preparation of surface
as required for treatment of roofs, balconies, terraces
etc consisting of following operations: a) Applying a
slurry coat of neat cement using 2.75 kg/sqm of
cement admixed with water proofing compound
conforming to IS. 2645 and approved by Engineer-incharge over the RCC slab including adjoining walls
upto 300 mm height including cleaning the surface
before treatment. b) Laying brick bats with mortar
using broken bricks/brick bats 25 mm to 115 mm size
with 50% of cement mortar 1:5 (1 cement : 5 coarse
sand) admixed with water proofing compound
conforming to IS : 2645 and approved by Engineerin-charge over 20 mm thick layer of cement mortar of
mix 1:5 (1 cement :5 coarse sand ) admixed with
water proofing compound conforming to IS : 2645
and approved by Engineer-in-charge to required
slope and treating similarly the adjoining walls upto
300 mm height including rounding of junctions of
C
I
O

NIL
AE(P)

EE(P)

Page 129

PROFORMA OF SCHEDULES

15.2.1

walls and slabs c) After two days of proper curing


applying a second coat of cement slurry using 2.75
kg/ sqm of cement admixed with water proofing
compound conforming to IS : 2645 and approved by
Engineer-in-charge. d) Finishing the surface with 20
mm thick jointless cement mortar of mix 1:4 (1
cement :4 coarse sand) admixed with water proofing
compound conforming to IS : 2645 and approved by
Engineer-in-charge including laying glass fibre cloth
of approved quality in top layer of plaster and finally
finishing the surface with trowel with neat cement
slurry and making pattern of 300x300 mm square 3
mm deep. e) The whole terrace so finished shall be
flooded with water for a minimum period of two
weeks for curing and for final test. All above
operations to be done in order and as directed and
specified by the Engineer-in-Charge :
With average thickness of 120 mm and minimum
thickness at khurra as 65 mm.

C
I
O

48.00

sqm

NIL
AE(P)

EE(P)

Page 130

PROFORMA OF SCHEDULES

PART-C
SCHEDULE A TO F FOR MINOR COMPONENT OF THE
WORK,
GENERAL/SPECIFIC
CONDITIONS,
SPECIFICATIONS AND SCHEDULE OF QUANTITIES
APPLICABLE TO MINOR COMPONENT OF THE
ELECTRICAL WORK.

C
I
O

NIL
AE(P)

EE(P)

Page 131

PROFORMA OF SCHEDULES

PERFORMA OF SCHEDULE
SCHEDULE A, B, C, D, E & F
FOR MINOR COMPONENT (ELECTRICAL WORK)

(Operative schedules shall be supplied separately to each intending tenderer)


SCHEDULE A
Schedule of Quantities (as per PWD-3)

As per separate sheets attached for Electrical Items


of Work.

SCHEDULE B
Schedule of materials to be issued to the contractor:
Rates in figures & words at
S. No.
Description of item
Quantity which the material will be
charged to the contractor
1
2
3
4
--------------NIL ---------------SCHEDULE C
Tools and plants to be hired to the contractor
S. No.
Description
1
2

Hire charges per day


3

Place of issue
5

Place of issue
4

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

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

As attached in
tender form

SCHEDULE E
Schedule of component of other Materials, Labour. POL etc. for price
escalation:
CLAUSE 10 CC

NIL

As per Civil Component

SCHEDULE F
Reference to General Conditions of contract.
Name of Work:

Development of Permanent Infrastructure at 42nd Bn. Hqrs. SSB


Pithoragarh under FTR Hqrs. SSB Ranikhet.
(SH: C/o Non
Residential Buildings consisting of Trademen Shop, GOs Mess &
Single officer accommodation, 1 No. 128 Men Barrack, 10 Bedded
Hospital, Quarter guard, Quarter Master Store, including Internal
Electrical Installation and Fans).
As per Civil Component

Estimated cost of work:

C
I
O

NIL
AE(P)

EE(P)

Page 132

PROFORMA OF SCHEDULES
i) Earnest money:

Indicated in schedule F of
Civil component

ii) Performance Guarantee:

5% of the tendered value

iii) Security deposit:

2.5% of the tendered value

GENERAL RULES &


DIRECTIONS :

Officer inviting tender:

As per Civil Component

Maximum percentage for quantity of


items of work to be executed
beyond which rates are to be
determined in accordance with
Clauses 12.2 & 12.3

Definitions:
2(v)
Engineer-in Charge

For Elect. Items of Work

See below

Executive Engineer (E),


Haldwani Project Elect. Divn,
CPWD. Haldwani

2(vii)

Accepting Authority

As per Civil Component

2(x)

Percentage on cost of materials and labour to cover


all overheads and profits

As per Civil Component

2(xi)

Standard Schedule of Rates:


Schedule of rates 2014 (internal)
Schedule of rates 2014 (External)

Electrical Items of Work:

2(xii)

Department:

Central Public Works Department

9(ii)

Standard CPWD contract Form:

CPWD form 8 as modified & corrected upto


date (Whether correction vide latest
circulars are incorporated or not in this
document).

Clause 1

iii)

iv)

Time allowed for submission of Performance


Guarantee from the date of issue of letter of
acceptance
Maximum allowable extension beyond the
period as provided in i) above

15 Days
7 Days

Clause 2

Authority for fixing Compensation under


Clause 2

Superintending
Engineer
(C),
Haldwani Central Circle, CPWD.
Haldwani Or successor thereof

Clause 2 A

Whether Clause 2A shall be applicable


i)
Number of days from the date of
issue of letter of acceptance for
reckoning date of start
ii) Time allowed for execution of work

Yes

Clause 5

22 Days
As per Civil Component

Authority to decide:
i)

Superintending Engineer (C),

Extension of time
C
I
O

NIL
AE(P)

EE(P)

Page 133

PROFORMA OF SCHEDULES
Haldwani Central Circle, CPWD.
Haldwani Or successor thereof
ii) Rescheduling of mile stones

Superintending Engineer (C),


Haldwani Central Circle, CPWD.
Haldwani Or successor thereof
NOTE: Date of completion for civil as well as electrical items of work will be same. Levy of
compensation under Clause 2 as well as fair and reasonable extension of time will be
granted by the Superintending Engineer (C), Haldwani Central Circle, CPWD. Haldwani
Or successor thereof in consultation with and on receipt of required information in this
regard from Executive Engineer, Haldwani Central Division, CPWD, Haldwani for Civil
works and Executive Engineer (El.), Haldwani Project Elect. Division, CPWD. Haldwani
for Electrical work.

Mile stone(s)- As per construction programme.


Same mile stones shall be applicable for civil as well as electrical parts of the work as
attached. The electrical contractor will ensure that electrical components of the work are
executed in time without giving any chance for slippage of mile stones on account of delay in
execution of associated electrical works by him. However in case mile stones are not achieved
by the contractor for the project the amount to be with held under clause 5 of the contract will
be done by the Executive Engineer (C) only and not by Executive Engineer (E). In the event of
not achieving the necessary milestones as assessed from mile stone bar chart, amount as
shown in chart will be withheld for failure of each mile stone.
Clause 6, 6A

Clause applicable

Clause 7

Gross work to be done together with net


payment/Adjustment of advances for material collected,
if any, since the last such payment for being eligible to
interim payment
List of testing equipments to be provided by the
contractor at site lab.

Clause 10A

As per Civil
Component
As per Civil
Component
----

Clause 10 B
(ii) & (iii)

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

As per Civil
Component

Clause 10 C

Component of labour expressed as percent of value of


work

As per Civil
Component

Clause 10 CA
Clause 10CA Materials
Covered
under
this
clause :

Nearest
Materials(other
than
cement, Reinforcement bars and
Structural Steel) for which All India
Wholesale Price Index to be followed:

Base Price of all the


materials covered under
clause 10CA :

As per Civil Component


Clause 10 CC

Clause 10CC to be applicable in


contracts with stipulated period of
completion exceeding the period
shown in next column

Clause 11

Specification to be followed for execution of work:

C
I
O

As per Civil Component

NIL
AE(P)

EE(P)

Page 134

PROFORMA OF SCHEDULES

For Electrical Items of


Work:

CPWD General Specification 2005(Part-I)


Internal & 1995 (Part-II) External amended upto
date

Clause 12
12.2 & 12.3

12.5

30%

Deviation limit beyond which clause 12.2 &


12.3 shall apply for foundation work

100%

Competent Authority for Deciding reduced rates:


For Electrical
Items of Work:

Minimum
Qualification of
Technical
Representative

Designation
(Principal
Technical/Technica
l representative

Rate at which recovery shall


be made from the contractor
in the event of not fulfilling
provision of Clause 36(i) Per
person
Figures
Words
(Rs. Per
(Rs. Per
person)
person)

number

Sl.
No.

Superintending Engineer(El.),
Dehradun Central Electrical Circle,
CPWD, Dehradun

Requirement of Technical Representative(s) and Recovery Rate

Discipline

Clause 36(i)

Minimum
experience

Clause 16

Deviation limit beyond which clause 12.2 &


12.3 shall apply for building work

As per Civil Component

Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Clause 42
i)

a)

ii)

Schedule/ statement for determining theoretical


quantity of cement & bitumen on the basis of Delhi
Schedule of Rates 2007 printed by CPWD

N.A.

Variations permissible on theoretical quantities


a)

Cement for works with estimated cost put to tender


not more than Rs. 5 lakhs.

N.A.

For works with estimated cost put to Tender is


more than Rs. 5 lakhs

N.A.

b)

Bitumen all works

N.A.

c)

All other materials

Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

C
I
O

NIL
AE(P)

EE(P)

Page 135

PROFORMA OF SCHEDULES

Sl
No

Description of items

Rates in figures and words at which recovery shall


be made from the contractor
Excess beyond
permissible variation

Less use beyond the


permissible variation

NIL

C
I
O

NIL
AE(P)

EE(P)

Page 136

PROFORMA OF SCHEDULES

TERMS AND CONDITIONS FOR INTERNAL AND EXTERNAL ELECTRICAL WORKS

General Commercial & Technical Conditions:


1.0

All the works shall be carried out as per CPWD General specification for Electrical
Works, Part-I (Internal) 2013 & Part-II (External) 1994, amended up to date and
should also comply with relevant provisions of the Indian Electricity Rules and Acts
as applicable, amended up to date.

2.0

The contractor is advised to visit the site of work to have an idea of the execution of
the work; failure to do so shall not absolve their responsibility to do the work as
specified in agreement.

3.0

Rates:

3.1.

The work shall be treated as on works contract basis and the rates tendered shall
be for complete items of work (except the materials, if any, stipulated for supply by
the department) inclusive of all taxes (including works contract tax, if any), duties,
and levies etc. and all charges for items contingent to the work, such as packing,
forwarding, insurance, freight and delivery at site for the materials to be supplied by
the contractor, watch and ward of all materials (including those supplied by the
department, if any) for the work at site etc

3.2.

Prices quoted shall be firm.

4.0

Taxes and Duties:

4.1.

Being an indivisible works contract, Sales Tax, Excise Duty etc. are not payable
separately.

4.2.

The works contract tax shall be deducted from the bills of the contractor as
applicable in the State in which the work is carried out, at the time of payments.

5.0

Mobilization Advance:
No mobilization advance shall be paid for the work, unless otherwise stipulated in
tender papers for any individual works/ composite work.

6.0

Completeness of Tender:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections as required, and all other sundry items
which are useful and necessary for proper assembly and efficient working of the
C
I
O

NIL
AE(P)

EE(P)

Page 137

PROFORMA OF SCHEDULES

various components of the work shall be deemed to have been included in the
tender, whether such items are specifically mentioned in the tender documents or
not.
7.0

Works to be arranged by the department:

Unless and otherwise specified in the tender documents, the following works
shall be arranged by the Department:
(i)
8.0

Supply of materials to the contractor if stipulated in the tender documents.

Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works shall
be done by the contractor, and therefore their cost shall be deemed to be included
in their tendered cost:-

9.0

(i)

Foundations for equipments and components where required, including


foundations bolts.

(ii)

Cutting and making good all damages caused during installation and
restoring the same to their original finish.

(iii)

Sealing of all floor openings provided by him for pipes and cables, from fire
safety point of view, after laying of the same.

(iv)

Painting at site of all exposed metal surfaces of the installation other than
pre-painted items like fittings, fans, switchgear/distribution gear items,
cubical switchboard etc. Damages to finished surfaces of these items while
handling and erection, shall however be rectified to the satisfaction of the
Engineer-in-Charge.

(v)

Testing and commissioning of completed installation.

(vi)

Storage space for all equipments, components and materials for the work

Storage and Custody of Materials:


The contractor has to make his own arrangement for the storage of the material at
site & necessary watch and ward of the electrical installation during the execution of
work till the same is handed over to the department. No extra payment will be made
on this account. The storage space shall however be arranged by the department
at site, if available.
The main contractor shall arrange for proper storage of the electrical fans and
fittings at site and that double lock system shall be arranged for the fans and fittings
after receipt at site until the time they are taken for installation. The contractor shall
C
I
O

NIL
AE(P)

EE(P)

Page 138

PROFORMA OF SCHEDULES

however be responsible for proper storage and safe custody of the same till their
installation and handing over to the department.
10.0

Electric Power Supply and Water Supply:


Power and water supply will be arranged by the contractor at the site for installation
purpose.
However, for final testing purpose after complete installation of the electrical items,
electricity supply will be made available free of cost to the contractor. Contractor will
take due care to ensure safety of electrical installation during execution of work.

11.0

Tools for handling and Erecting:


All tools and tackles required for handling of equipments and materials at site of
work as well as for their assembly and erection and also necessary test instruments
shall be the responsibility of the contractor.

12.0

Payment Terms:
Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of
the tender documents.

13.0

Co-ordination with other agencies:


The contractor shall co-ordinate with all other agencies involved in the building work
so that the building work is not hampered due to delay in his work. Recessed
conduit and other works, which directly affect the progress of building work, should
be given priority.

13.1.

Care of buildings:
Care shall be taken by the contractor to avoid damage to the building during
execution of his part of the work. He shall be responsible for repairing all damages
and restoring the same to their original finish at his cost. He shall also remove, at
his costs, all unwanted and waste materials arising out of his work, from the site.

14.0

Structural Alterations to Buildings:


(i)

No structural member in the building shall be damaged/altered, without prior


approval from the competent authority through the Engineer-n-charge.

(ii)

Structural provisions like openings, cutouts, if any, provided by the


department for the work, shall be used. Where these required modifications,
or fresh provisions are required to be made, such contingent works shall be
carried out by the contract at his cost.

C
I
O

NIL
AE(P)

EE(P)

Page 139

PROFORMA OF SCHEDULES

15.0

(iii)

All such openings in floors provided by the department shall be closed by the
contractor after installing the cables/conduits/rising mains etc. as the case
may be, by any suitable means as approved by the Engineer-in-charge
without any extra payment.

(iv)

All chases required in connection with the electrical works shall be provided
and filled by the contractor at his own cost to the original architectural finish
of the buildings.

Addition to an installation:
Any addition, temporary or permanent, to the existing electrical installation shall not
be made without a properly worked out scheme/design by a qualified Electrical
Engineer to ensure that such addition does not lead to overloading, safety violation
of the existing system.

16.0

17.0

Work in occupied buildings:


(i)

When work is executed in occupied buildings, there would be minimum of


inconvenience to the occupants. The work shall be programmed in
consultation with the Engineer-in-charge and the occupying department. If
so required, the work may have to be done even before and after the office
hours.

(ii)

The contractor shall be responsible to abide by the regulations or restrictions


set in regard to entry into, and movement within the premises.

(iii)

The contractor shall not tamper with any of the existing installations including
their switching operations or connections there to without specific approval
from the Engineer-in-charge.

Drawings:
(i)

The work shall be carried out in accordance with the drawings and the
tender documents and also in accordance with modification thereto from
time to time as approved by the Engineer-in-charge.

(ii)

All wiring diagrams shall be deemed to be Drawings within the meaning of


the term as used in Clause 11 of the conditions of contract (PWD 7 or PWD
8). They shall indicate the main switch board, the distribution boards (with
circuit numbers controlled by them), the runs of various mains and sub
mains and the position of all points with their controls.

(iii)

After award of the work, the firm will be required to submit the drawings for
the proposed work including layout plan, conduit routes etc. Work will be
carried out as per the approved drawings.

C
I
O

NIL
AE(P)

EE(P)

Page 140

PROFORMA OF SCHEDULES

18.0

Conformity to IE act, IE Rules, and standards:

18.1.

All electrical works shall be carried out in accordance with the provisions of Indian
Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of
call of tender unless specified otherwise). List of rules of particular importance to
electrical installations under these General Specifications is given in Appendix C for
reference.

19.0

General requirements of components:

19.1.

Quality of material: All materials and equipments supplied by the contractor shall
be new. They shall be of such design, size and materials as to satisfactorily
function under the rated conditions of operation and to withstand the environmental
conditions at site.

20.0

Inspection of materials and equipments:

20.1.

Materials and equipments to be used in the work shall be inspected by the


departmental officers. Such inspection will be of following categories:

20.2.

(i)

Inspection of materials / equipments to be witnessed at the Manufacturers


premises in accordance with relevant BIS /Agreement Inspection Procedure.

(ii)

To receive materials at site with Manufacturers Test Certificate(s)

(iii)

To inspect materials at the authorized dealers go downs to ensure delivery


of genuine materials at site.

(iv)

To receive materials after physical inspection at site.

Adequate care to ensure that only tested and genuine materials of proper quality
are used in work shall be ensured by firm. The firm shall ensure that:
(i)

Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.

(ii)

As and when the order is placed for the fittings/ fixtures, cables, switchgears,
poles, rising main, other main items etc, its copy shall be endorsed to the
CPWD Engineer-in-charge.

(iii)

The firm will be required to procure material like exhaust fans, MCBs & DBs,
switches & sockets, wires & cables, conduits and switchgears etc directly
from the manufacturer/ authorized dealers to ensure genuineness & quality
and as per the approved makes only. Proof in this regard shall be submitted
by the contractor before installation at site to the department.

(iv)

Inspection at factory or at godown of the manufacturer, as required, shall be


arranged by the firm for a mutually agreed date. Certificate for genuineness
C
I
O

NIL
AE(P)

EE(P)

Page 141

PROFORMA OF SCHEDULES

of the fittings shall have to provided duly signed by the manufacturers officer
not below the rank of Regional Manager.
(v)

Delivery of material shall be taken up only with the consent of department,


after clearance of the material.

(vi)

Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.

20.3.

Similarly, for fabricated equipments, the contractor will first submit dimensional
detailed drawings for approval before fabrication is taken up in the factory. Suitable
stage inspection at factory also will be made to ensure proper use of materials,
workmanship and quality control.

21.0

Ratings of components:

21.1.

All components in a wiring installation shall be of appropriate ratings of voltage,


current and frequency, as required at the respective sections of the electrical
installations in which they are used.

21.2.

All conductors, switches and accessories shall be of such size as to be capable of


carrying the maximum current, which will normally flow through them, without their
respective ratings being exceeded.

22.0

Conformity to standards:

22.1.

All components shall confirm to relevant Indian Standard Specifications wherever


existing. Materials with ISI certification mark shall be preferred.

22.2.

Relevant Indian Standards including amendments or revisions thereof up to the date


of tender acceptance shall be applicable in the respective contracts for respective
items, firm to ensure its compliance.

23.0

Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears,
ceiling roses, brackets, pendants, fans and all other fittings of the same type shall
be interchangeable in each installation.

24.0

Workmanship:

24.1.

Good workmanship is an essential requirement to be complied with. The entire work


of manufacture/fabrication, assembly and installation shall confirm to sound
engineering practice.

24.2.

Proper supervision/skilled workmen: The contractor shall be a licensed electrical


contractor of appropriate class suitable for execution of the electrical work. He shall
C
I
O

NIL
AE(P)

EE(P)

Page 142

PROFORMA OF SCHEDULES

engage suitably skilled/licensed workmen of various categories for execution of


work supervised by supervisors / Engineer of appropriate qualification and
experience to ensure proper execution of work. They will carry out instruction of
Engineer-in-charge and other senior officers of the Department during the progress
of work.
24.3.

Use of quality materials: Only quality materials of reputed make as specified in the
tender will be used in work.

24.4.

Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in


a factory/workshop having modern facilities like quality fabrication, seven tank
process, powder/epoxy paint plant, proper testing facilities, manned by qualified
technical personnel. These shall be as per make / item approved.

25.0

Testing:
All testes prescribed in this General Specification, to be done before, during and
after installation, shall be carried out, and the test results shall be submitted to the
Engineer-in-charge in prescribed Performa, forming part of the Completion
Certificate.

26.0

Commissioning on completion:

After the work is completed, it shall be ensured that the installation is


tested and commissioned.
27.0

Completion plan and completion certificate:

27.1.

For all works completion certificate after completion of work as given in Appendix E
of CPWD Specification shall be submitted to the Engineer-in-charge.

27.2.

Completion plan drawn to a suitable scale in A2 Sheet (It shall be laminated if


desired by the Site- in-Charge) indicating the following, and three copies of the
same shall also be submitted.
(i)

General layout of the building.

(ii)

Locations of main switchboard and distribution boards, indicating the circuit


numbers controlled by them.

(iii)

Position of all points and their controls.

(iv)

Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans,


exhaust fans etc.

C
I
O

NIL
AE(P)

EE(P)

Page 143

PROFORMA OF SCHEDULES

28.0

(v)

Name of work, job number, tender reference, actual date of completion,


names of Division/ Sub-division and name of the firm who executed the work
with their signature.

(vi)

Cable layout showing general distribution diagram alongwith position of


cable joints, if any.

Guarantee
The installation will be handed over to the department after necessary testing and
commissioning.
The installation will be guaranteed against any defective
design/workmanship. Similarly, the materials supplied by the contractor will be
guaranteed against any manufacturing defect, inferior quality. The guarantee period
will be for a period of 36 months from the date of handing over to the department.
Installation/ equipments or components thereof shall be rectified/ repaired to the
satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee
of material from the manufacturer to the department.

Note : The quantity of material in the BOQ is indicative. Contractor has to


assess the actual requirement of material at site before placing the order,
keeping in view the drawing and site requirement from the shortest route. No
claim for payment for unused excess material shall be entertained.

C
I
O

NIL
AE(P)

EE(P)

Page 144

PROFORMA OF SCHEDULES

ADDITIONAL CONDITIONS FOR ELCTRICAL WORK

The department shall deduct VAT as per prevalent Uttarakhand Value Added
Tax and Income Tax and other taxes on the value of work done from each bill of the
contractor as per prevailing Government instructions/orders. Labour cess as per
building and other construction workers welfare cess act 1996 will be deducted
from all the bills payable to the firm. Presently the cess is at the rate of 1% of the
gross value of work done. In lieu, the department shall issue a certificate of
deduction of tax at source to the contractor in relevant forms.
1.

The order of preference in case of any discrepancy as indicated in condition no.


1 under Conditions of contract given in the Standard CPWD Contract form
may be read as the following:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)

Nomenclature of item as per Schedule of Quantities.


Additional specifications, particular specifications and special conditions
for Electrical Works.
General conditions.
Contract Clauses of General conditions of contract for CPWD 2014.
CPWD specifications for electrical works as applicable.
Architectural/structural drawings and specifications mentioned in
drawings.
Indian standard specifications of BIS.
Sound engineering practice as per directions of the Engineer-in-charge.
Manufacturers specifications.

A reference made to any Indian Standard Specifications in these documents,


shall imply reference to the latest version of that standard, including such
revisions/amendments as issued by the Bureau of Indian Standards upto last date
of receipt of tenders. The contractor shall keep at his own cost all such publications
of relevant Indian Standards applicable to the work at site.
2.

The main contractor shall engage appropriate class of contractor enlisted in


CPWD for electrical work. The main contractor shall not indulge in procurement
of electrical items and getting the work done on labour contract with the
electrical contractor. The whole electrical component shall be executed by the
eligible electrical contractor on a turnkey basis i.e. procurement of material &
engaging labour. The associate electrical contractor shall submit the

C
I
O

NIL
AE(P)

EE(P)

Page 145

PROFORMA OF SCHEDULES

completion certificate of electrical work executed by him alongwith necessary


test reports, completion plan etc.
3.

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

4.

The contractor shall give due notices to Municipality, Police and/or other
authorities that may be required under the law/rules under force and obtain all
requisite permissions/licenses for temporary obstructions/enclosures and pay
all charges which may be leviable on account of his execution of the work
under the agreement. Nothing extra shall be payable on this account.

5.

The contractor shall leave such recesses, holes, openings, etc., as may be
required for the electric, air-conditioning and other related works. (For this
purpose any required inserts, sleeves, brackets, conduits, base plates, insert
plates, clamps etc. shall be arranged by the contractor and fix the same at the
time of casting of concrete, stone work & brick work, if required, and nothing
extra shall be payable on this account.

6.

The contractor shall give a trial run of the equipments and machinery for
establishing its capability to achieve the specifications within laid down
tolerances to the satisfaction of the Engineer-in-charge before commencement
of work.

7.

The work will be carried out in close coordination with the building work and
other agencies. Conduits will be laid in the slab within the specified time and it
will have to be ensured that the casting of slabs is not delayed for want of
laying of conduits. The conduits will also be laid in walls before the Plaster work
is undertaken so as to avoid breaking cutting of plaster while making chase for
laying of conduits subsequently. The contractor will have to employ adequate
labour for carrying out the work. No claim regarding the idle labour for any
reason will be entertained by the Department.

8.

No tools and plants including special T&P etc. shall be supplied by the
department and the contractor will have to make his own arrangements at his
expenses.

9.

All tools, plant and machinery provided by the contractor shall, when brought at
the site, be deemed to be exclusively intended for the construction and
completion of this work and the contractor shall not remove the same or any
C
I
O

NIL
AE(P)

EE(P)

Page 146

PROFORMA OF SCHEDULES

part thereof(save for the purpose of moving it from one part of the site to
another) without the consent of the Engineer-in-charge.
10. All materials shall be got checked & approved by the Engineer-in-charge on
receipt of the same at site before use and rejected material is to be removed
from the site immediately.
11. No foreign exchange shall be made available by the department for the
purchase of equipments, plants, machinery, materials of any kind or any other
items required to be carried out in execution of work.
12. The contractor shall carry out his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor (s) or
by the Engineer-in-charge and shall as far as possible arrange his work and
shall place and dispose off the materials being used or removed, so as not to
interfere with the operations of other contractors, or he shall arrange his work
with that of the others in an acceptable and coordinated manner and shall
perform it in proper sequence to the entire satisfaction of Engineer-in-charge.
13. All items which are not covered while carrying out electrical work shall be
removed and shall be cleared by the contractors as soon as the work is
completed.
14. The contractor shall give the Engineer-in-charge in every fortnight, a progress
report of the work done during the previous fortnight. The progress of work will
be reviewed periodically by the Engineer-in-charge with the contractor and
shortfalls, if any, sorted out. The contractor shall thereupon take such action as
may be necessary to bring back his work to schedule without any additional
cost to the department.
15. It shall be responsibility of the main contractor to sort out any dispute involved
with the associated contractor without any time and cost overrun to the
department. The main contractor shall be solely responsible for settling the
dispute/litigation arising out of his agreement with the associate contractor. The
contractor shall ensure that the work shall not suffer on this account.
16. The contractor shall quote his rates considering the specifications, terms &
conditions and particular specifications and special conditions etc. and nothing
extra shall be payable whatsoever unless otherwise specified.
17. The main contractor shall be responsible for coordinating the activities of all
works and essential progress of works as per milestone and laid down
program.
C
I
O

NIL
AE(P)

EE(P)

Page 147

PROFORMA OF SCHEDULES

18. The contractor shall be responsible for the watch and ward of the
site/property/material provided by him and materials issued by the department
against pilferage and breakage during the period of execution and thereafter till
the work is completed and physically handed over to the department.
19. Samples of all materials, fittings and other materials/articles required for
execution of the work shall be got approved from the Engineer-in-charge.
Materials/articles manufactured by the firms of repute as indicated in tender
documents and approved by the Engineer-in-charge shall only be used.
20. The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material or work beyond set out tolerance limits
shall be summarily rejected by the Engineer-in-charge.
21. The contractor shall be required to make a sample flat for each type at the
earliest opportunity using all approved materials for approval of Engineer in
charge before mass scale finishing works are taken up.
22. Even ISI marked materials shall be subjected to quality test at the discretion of
the Engineer-in-charge besides testing of other materials as per the
specifications described for the item/material. Whenever ISI marked materials
are brought to the site of work; the contractor shall, if required by the Engineerin-charge, furnish manufacturers test certificates to establish that the materials
procured by the contractor for incorporation in the work satisfy the provisions of
IS codes relevant to the material and/or the work done.
23. The contractor shall have to engage well experienced skilled labour and deploy
modern T&P and other equipments to execute the work.
24. The contractor will have to make his own arrangement for storage of materials.
No storage space shall be provided by department.
25. The contractor will have to make his own arrangement for water and power
supply for execution of works.
26. The contractor will have to ensure that the skilled labour i.e. wireman etc.,
Engaged in the execution of the work must possess valid electrical license,
otherwise he will not be permitted to execute the work.
27. The associate contractors executing the electrical works must possess the valid
electrical contractor license otherwise they will not be permitted to execute the
electrical works.

C
I
O

NIL
AE(P)

EE(P)

Page 148

PROFORMA OF SCHEDULES

28. The contractor shall be responsible for removal of all defects in the work during
the guarantee/warranty period. The department shall carry out routine
maintenance only. However, if any failure is noticed during this period which is
attributable to poor quality of material and bad workmanship, the contractor will
be required to rectify the same at his own cost, failure of which the department
will be at liberty to get the defects rectified at the risk & cost of the contractor.
The contractor will also be required to carryout his own inspection/testing
during the guarantee/warranty period and attend to any defect taking place
during this period.
29. Priority to arrange the material shall be decided by the department. However
material required for the work shall be brought at site only at the appropriate
time keeping in view the progress of building works as well as Electrical &
Mechanical works. Decision of Engineer-in -charge in this regard shall be final.
30. The contractor has to intimate his authorized representative, who will be
receiving instructions in his absence. The contractor /his authorized
representative is bound to sign the site order book as and when required by the
Engineer-in-charge and to comply with the instructions therein.
31. Suitable back plates providing for fixing the wall brackets and ceiling flush
fittings shall be supplied by the contractor free of cost.
32. It shall be responsibility of contractor to provide polythene/PVC plastic cover
for all SDBs/meter boards/feeder pillars/panels etc. so as to protect them
from wear & tear/damage during execution stage. Contractor shall provide the
covers for the materials if any being supplied departmentally also. Nothing
extra shall be paid on this account.
33. Contractor is fully responsible for any kind of damage to the LT/HT cable during
execution of work. No joints shall be allowed if the cable is damaged.
Contractor has to replace the full length at his own cost.
34. A suitable brass/tinned copper neutral link shall be fixed at suitable place in the
Metallic outlet boxes of all sizes to terminate neutral wire properly. Nothing
extra shall be paid on this account.
35. An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic
washers or suitable earth bar of Brass/tinned copper with tinned copper
thimbles/ferrules/lugs should be suitably fixed at suitable place in the Metallic
outlet box for termination of protective earth conductor. Nothing extra shall be
paid on this account.
C
I
O

NIL
AE(P)

EE(P)

Page 149

PROFORMA OF SCHEDULES

36. In the outlet boxes, phase from one switch to other switch shall be looped with
suitable size of solid copper conductor. Nothing extra shall be paid on this
account. Stranded conductor shall not be accepted.
37. Only required number of knockouts should be removed from Metallic outlet
boxes for entry of conduits. If more than required number of knockouts are
removed, the Metallic outlet box shall not be accepted.
38. Separate G.I. boxes shall be used for staircase light switches and bell push.
Nothing extra shall be paid on this account.
39. Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape
thimble/lugs/ferrules. Nothing extra shall be paid on this account.
40. To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with
laying of recessed conduit. Nothing extra shall be paid on this account.
41. Cable connection to switch gear is deemed to be included in the item of end
termination. No extra payment shall be made for that.

C
I
O

NIL
AE(P)

EE(P)

Page 150

PROFORMA OF SCHEDULES

TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS


1.

All hardware items such as screws, thimbles, connectors, earth/neutral


terminals, wires etc. which are essentially required for completing any item
as per specifications will be deemed to have been included in the item even
when the same have not been specifically mentioned.

2.

All hardware material such as nuts/bolts/screws/washers etc. to be used in


the work shall be zinc/cadmium plated iron. The galvanized boxes of modular
switch/sockets etc. shall be of the same make as of switch/socket etc.

3.

While laying conduit, suitable minimum number of junction boxes shall be left
for pulling the wires. These shall be placed in such a way that the same do
not remain noticeable.

4.

Any conduit which is not be wired by the contractor shall be provided with GI
fish wire for wiring by some other agency subsequently. Nothing extra shall
be paid for the same.

5.

Multi stranded FRLS PVC insulated copper conductors wires are to be used
in the work. Termination of multi-stranded conductors shall be done using
crimping type copper thimbles at both the ends. Nothing extra shall be paid
for the same.

6.

The contractor shall follow the shortest route for circuits, submain, point
wiring etc.

7.

The connections of switches, sensors, earthing conductors &


interconnections cables shall be made by adequate rating thimbles of
approved standard makes only and nothing extra on this account shall be
paid.

8.

Check nuts shall be provided while terminating the M.S. conduits in switch
board boxes for which nothing extra shall be paid.

9.

All distribution boards shall be marked with circuits controlling the


rooms/area/SDB controlled

10.

Material to be used in the work shall be ISI marked. The makes of material
have been indicated in the list of acceptable makes. No other make will be
acceptable. The material to be used in the work shall be got approved from
the Engineer-in-charge before its use at site. The Engineer-in-charge shall

C
I
O

NIL
AE(P)

EE(P)

Page 151

PROFORMA OF SCHEDULES

reserve the right to instruct the contractor to remove the material which, in his
opinion, is not as per specifications
11.

While deciding the size of switch boxes for light points/fan point, exhaust fan
point items, extra two modules will be provided for each fan point for fixing of
regulator(s) (fan regulator is to be provided under different item). Wherever
extra modules are available, the same shall be provided with blanking plates
without any extra cost.

12.

Modular type switches/sockets/telephone outlets/TV sockets are to be


provided wherever indicated in the items. The same shall be of only one
make. The modular plates of switches, sockets, telephone & TV sockets etc.
shall be in two parts i.e. plates with frames with in quoted rates.

13.

The building shall be provided with false ceiling in various areas. In order to
avoid maintenance problem the contractor will not provide any ceiling
rose/connector/looping box etc. above the false ceiling. The point wiring in
that case will be extended up to the fitting/fan etc. directly without provisions
of any termination arrangement in between. The wire from the end point up
to the fixture shall be considered to be included in the point wiring. Nothing
extra shall be paid for the same.

14.

Wherever it is not possible to provide rigid conduits, flexible conduit pipe


shall be provided for drawing/running the wires. However, such arrangement
has to be kept to the barest minimum and only with the prior approval of
Engineer-in-charge.

15.

Earthing and all hidden items of work shall be carried out in the presence of
the Engineer-in-charge or his authorized representative.

16.

The fan box cover shall be made from 3mm thick phenolic laminated sheet
as per CPWD specification.

17.

The contractor shall provide only metallic junction boxes/looping boxes with
cover of required sizes even in PVC conduiting and such boxes shall be
measured as a part of conduit/wiring without any extra payment.

18.

The metallic junction boxes & looping boxes shall be covered with approved
makes of phenolic laminated sheet. For telephone, television & fire alarm
system shall be provided at all the floors with in scope of work without any
extra cost as per requirement & layout approved by Engineer-in-charge.

C
I
O

NIL
AE(P)

EE(P)

Page 152

PROFORMA OF SCHEDULES

19.

The firm has to go through the site order book kept with the Junior Engineer
(E) regularly and has to sign the same and carryout the instructions recorded
therein by various officers of the department.

20.

The quantities of various items may vary from the quantities given in
schedule of work. The agency shall bring the various items & materials as
per actual requirement at site at the time of execution of work. Excess
quantities shall not be accepted & paid by the department.

21.

The ceiling roses wherever required to be provided are included in the scope
of work without extra payment and the same shall also be of modular type &
of the same make as that of switches & sockets alongwith earthing provision.

22.

The MCB should be of same make as that of MCB DBs.

23.

Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules.


Nothing extra shall be paid on this account. The lugs/thimbles/ferrules
pressed by conventional/ordinary pliers shall not be accepted.

24.

The MCB distribution boards shall be factory fabricated in the works of the
manufacturer of the MCBs of any of the makes specified and the same shall
be duly pre-wired in the works. The board shall be brought to site in ready for
installation condition. The MCBs and the MCB distribution board shall be of
the same make.

25.

MCCB should have centrally adjustable overload setting 80% to 100% &
short circuit setting adjustable from 500% to 1000% of nominal current for
thermal type & overload setting 40% to 100% & short circuit setting
adjustable from 150% to 1000% of nominal current for microprocessor type
MCCB. All MCCB should be ICS=ICU.

C
I
O

NIL
AE(P)

EE(P)

Page 153

PROFORMA OF SCHEDULES

ADDITIONAL SPECIFICATION AND CONDITIONS FOR ELECTRICAL WORKS

1. The work shall be carried out strictly in accordance with CPWD


specifications for electrical works Part-I Internal 2005 and 1995
(external) as amended upto date and in accordance with Indian
Electricity Rules, 1956, Indian Electricity Act, 1910 as amended upto
date and as per instructions of the Engineer-in-Charge including as
below and nothing will be paid extra.
2. All materials and makes to be used on this work by the contractor
shall be got approved from the Engineer-in-Charge before use at site.
Department has right to inspect the material at manufacturers place
before installation at site.
3. The Engineer-in-charge shall reserve the right to instruct the
contractor to remove the material, which in his opinion, is not as per
specifications / makes as acceptable & duly attached / specified in the
tender form.
4. The work shall be carried out according to approved drawings/details
which shall be subsequently issued to the successful for execution of
work and as per instructions of the Engineer-in-Charge who will have
the right to change the layout as per requirement at site and the
contractor shall not have any claim due to change in layout.
5. All damages done to the building, roads, pathways, floors, walls
during execution of electrical work shall be the responsibility of the
contractor and the same will be made good immediately at his own
cost to the satisfaction of the Engineer-in-Charge. Any expenditure
incurred by the department in this condition shall be recovered from
the contractor and decision of the Engineer-in-Charge about recovery
shall be final.
6. The bad workmanship will not be accepted and defects shall be
rectified at contractors cost of the satisfaction of the Engineer-inCharge. The programme of electrical works are to be co-ordinated in
accordance with the building work and no claim for idle labour will
stipulated in the tender, electrical work shall have to be completed
within 30 days of the completion of civil work.
7. All the debris of the electrical works should be removed and the site
should be cleared by the contractor immediately after the accruing of
debris. Similarly any rejected material should be immediately cleared
off from the site by the contractor.

C
I
O

NIL
AE(P)

EE(P)

Page 154

PROFORMA OF SCHEDULES

8. Issue of material to the contractor wherever stipulated, shall be


according to the requirement at site from time to time depending upon
the progress of work.
9. Cement for this bonafied work is to be arranged and used by the
contractor himself and nothing extra will be paid on this account.
10. The contractor or his representative is bound to sign the site order
book as and when required by the Engineer-in-Charge and to comply
with the remarks therein.
11. The size of conduit and wiring shall be got approved from the
Engineer-in-Charge before taking upto the execution.
12. The contractor shall make his own arrangement at his own cost for
electrical / general tools and plants required for the work
13. Main board and main distribution board: The work shall be carried out
according to the drawings/details as approved by the Engineer-inCharge. The contractor shall have to get the samples approved
before the whole lot is brought to site and it shall include all inter
connections etc.
14. No Central/State sales tax/VAT/Contract tax/Excise duty etc. shall be
separately paid by the department. The rates tendered should be
inclusive all taxes and duties (exclusive of service tax) Deduction of
contract tax at source shall be made while releasing payment through
running/final bills @ 4% of such sum or as applicable . A certificate
specifying the rate and amount of deduction shall however be issued.
No Form-D, 31/32 (Road permit) shall be issued by the department.
The road permit shall be arranged by the tenderer on his own.
15. The entire installation shall be at the risk and responsibility of the
contractor until these are tested and handed over to the department.
However if there is any delay in construction from the department
side, the installation may be taken over in parts, but the decision on
the same shall rest with Engineer-in-Charge which shall be binding on
the contractor.
16. Notwithstanding the schedule of quantities, all items of interrelated
works considered necessary to make the installation complete and
operative are deemed to be included shall be provided by the
contractor at no extra cost.
17. The proof of purchase in the form of Invoice/cash memo, of all the
major components such as Cables, Wires, Fittings, MCB DBs,
Geysers, Exhaust fans etc. shall have to be produced by the

C
I
O

NIL
AE(P)

EE(P)

Page 155

PROFORMA OF SCHEDULES

contractor at the time of final bill or as and when demanded by the


department.
18. The report of all the XLPE insulated PVC sheathed armoured power
cables used at site of work shall have to be submitted by the
contractor at the time of submission of final bill.
19. The connection, inter connection, earthing and inter earthing for all
fittings / fans etc. shall be done by the contractor wherever required
and nothing extra shall be paid on this account.
20. Some of the items of work, if already executed: on that case the
successful tenderer shall have to use these items for completing the
work. For wiring, the existing conduit wherever required shall be used
by the contractor. The recovery will be made for these items as
accepted rate of other agencies.
21. Nothing extra shall be paid for :(a) Inter connections with thimbles/wires/tapes strips etc.

C
I
O

NIL
AE(P)

EE(P)

Page 156

PROFORMA OF SCHEDULES

SPECIAL CONDITIONS

The main lowest tenderer have to submit the following documents for
association of electrical contractor at least 7 days prior to depositing performance
guarantee.
1.

The applicant should submit the willingness from an eligible electrical


contractors to get associated with the applicant for execution of the electrical
component of works in wholesome manner and as per the conditions set out
in the MOU to be entered into, between the one who is awarded the work
and the associated eligible electrical contractor.

2.

In support of the eligibility conditions of the proposed associated electrical


contractor, copy of their registration documents, Electrical Contractors
License, Sales Tax Documents duly attested by the applicants (Main
Contractor) shall be submitted to the EE(C) who will submit these documents
to the SE(E) through Executive Engineer (E) in charge for deciding the
eligibility within three days of receipt of the same. Each such an electrical
contractor will certify that they are not debarred as on the day of application
for sale of tender.

3.

The main contractor will submit MOU signed with eligible registered electrical
contractor of CPWD only. The MOU in the enclosed form shall be signed by
both the parties i.e. main contractor as 1st party and associated electrical
contractor as 2nd party.

4.

In the event of the concerned E&M agency not performing satisfactorily or


failure of associate/ sub-contractor to complete the E&M work, the main
contractor on the written direction of the department, shall remove the
Associate/sub-contractor deployed on the work and shall submit name of
new associate who fulfill the conditions mentioned in NIT to execute the
leftover work without any loss of time or variation in cost to the department in
this regard. Such associates shall also enter into tripartite
Agreement/Contract along with the main tenderer and the departmental
officer and shall meet all the guarantee for the equipments already supplied
for which payment has been released by the Deptt. in part. If any equipment
supplied for the work, during the currency of the earlier Associate/subcontractor and paid partly by the Deptt. ,becomes redundant /not in a position
to be installed and commissioned and put to beneficial use due to change in
agency for execution of E&M work, the main contractor shall be liable for
replacement of the equipment(s) at no cost to Department. No change of

C
I
O

NIL
AE(P)

EE(P)

Page 157

PROFORMA OF SCHEDULES

Electrical Contractor will be allowed without prior approval of the


Superintending Engineer (E).
5.

Executive Engineer (E) shall be the Engineer-in-charge as far as electrical


works are concerned. Separate tender schedule abbreviated CPWD-8 and
Special Conditions for Electrical Work are appended with this tender. It will
be obligatory on the part of the contractor/tenderer to sign the tender
documents for all the component parts. After award of the work, the
contractor will have to execute separate agreement for electrical component
of the work with Executive Engineer (E), HPED, CPWD, Haldwani. The main
contractor shall not indulge in procurement of items and getting the work
done on labour contract with the associate electrical contractor. The whole
E&M component shall be executed by the eligible associate electrical
contractor on a turnkey basis i.e. procurement of material & engaging labour.
The associate electrical contractor shall submit the completion certificate of
E&M work executed by him alongwith necessary test reports, completion
plan etc.

6.

The main contractor shall be responsible and liable for proper and complete
execution of the Electrical work and ensure coordination and completion of
both civil and electrical work.

7.

The associate or sub-contractor shall sign a tripartite Agreement/Contract


along with the main tenderer and the departmental officer, for technical
compliance of specification, guarantee etc.

8.

The associate or sub contractor shall attend the inspection of the work by the
Engineer-in-Charge of E&M works as and when required.

9.

Drawing & Inventories:- The list of electrical drawing and Inventories are
attached
(a) The Contractor is required to submit Good for Construction (GFC) based

on Inventories
(b) The Contractor has to submit and get approval from Engineer-in-Charge

of actual conduit layout in the drawings before execution of any conduit


work.

C
I
O

NIL
AE(P)

EE(P)

Page 158

PROFORMA OF SCHEDULES

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN


1]

M/S [Name of the firm with full address]


Enlistment Status
Valid Upto:
[Henceforth called the main contractor]
And

2]

M/S [Name of the firm with full address]


Enlistment Status
Valid Upto:
[Henceforth, called Associated Electrical Contractor or Electrical Contractor]

For the execution of Electrical Work Development of Permanent Infrastructure at


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

We state that M.O.U between us will be treated as an agreement and has


legality as per Indian Contract Act [amended upto date] and the department
[CPWD] can enforce all the terms and conditions of the agreement for execution of
the above work. Both of us shall be responsible for the execution of work as per the
agreement to the extent this MOU allows. Both the parties shall be paid consequent
to the execution as per agreement to the extent this MOU permits. In case of any
dispute, either of us will go for mediation/arbitration by the Superintending
Engineer[E]. Any of us may appeal against the mediation/arbitration to the Chief
Engineer,
NZ-IV, CPWD, Dehradun. His decision shall be final and binding on
both of us.
We have agreed as under:
1]

The electrical contractor will execute all electrical works in the


wholesome manner as per terms and conditions of the agreement.
Payment of the associated electrical contractor shall be governed vide
para 19.1.11 & 19.1.12 of CPWD-6 & clause 7 of GCC-2010.

C
I
O

NIL
AE(P)

EE(P)

Page 159

PROFORMA OF SCHEDULES

2]

The electrical contractor shall be liable for disciplinary action if he


failed to discharge the action[s] and other legal action as per
agreement besides forfeiture of the security deposit.

3]
All the machinery and equipments, tools and tackles required for
execution of the
electrical works, as per agreement, shall be the
responsibility of the electrical
contractor.
4]

The site staff required for the electrical work shall be arranged by the
electrical contractor as per terms and conditions of the agreement.

5]

Site order book maintained for the said work shall be signed by the
main contractor as well as by the Engineer of the Associated
Contractor or by Associated Contractor himself.

6]

All the correspondence regarding execution of the electrical work shall


be done by the Department with the Main Contractor with a copy to
the associated contractor. In case of non-compliance of the provisions
of agreement, the main contractor, as well as the associated
contractor shall be responsible. The action under clauses 2 and 3
shall be initiated and taken against the main contractor.

SIGNATURE OF MAIN CONTRACTOR

SIGNATURE OF ASSOCIATED
ELECTRICAL CONTRACTOR.
Date
Place:

Date:
Place

COUNTERSIGNED

EXECUTIVE ENGINEER (ELECTRICAL)


HALDWANI PROJECT ELECTIRCAL DIVISION,
CPWD, HALDWANI

C
I
O

NIL
AE(P)

EE(P)

Page 160

PROFORMA OF SCHEDULES

WILLINGNESS CERTIFICATE

Name of work : Development of Permanent Infrastructure at 42nd Bn. Hqrs.


SSB Pithoragarh under FTR Hqrs. SSB Ranikhet. (SH: C/o
Non Residential Buildings consisting of Trademen Shop,
GOs Mess & Single officer accommodation, 1 No. 128 Men
Barrack, 10 Bedded Hospital, Quarter guard, Quarter Master
Store, including Internal Electrical Installation and Fans).
I hereby give my willingness to work as electrical contractor for the
above mentioned work.
I will execute the work as per specifications and conditions for the
agreement and as per direction of the Engineer-in-Charge. Also I will engage full
time technically qualified supervisor/engineer for the works. I will attend inspection
of officers of the department as and when required.

Dated:

Signature of the Electrical Contractor

C
I
O

NIL
AE(P)

EE(P)

Page 161

PROFORMA OF SCHEDULES

LIST OF ACCEPTABLE MAKES


S.

Item

Name of Manufacturers

FRLS PVC insulated copper conductor

Universal / Nicco / Finolex / L&T / R.R Kabel /

single core cable for wiring. (ISI marked)

HPL / Polycab/ Havells.

2.

Telephone Cables Co-axial TV cables

Delton / Kent / Finolex / Polycab / HPL.

3.

XLPE insulated PVC sheathed aluminum

Polycab / L&T/ KEI/ R.R Kabel / CCI /Universal/

cable upto 1.1 KV Gd

Havells.

4.

M S Conduit i/c accessories (ISI marked)

AKG /BEC / NIC / Steelcraft.

5.

PVC conduit i/c accessories

Precision /Asian / AKG / BEC / Kalinga .

6.

DWC Pipe

REX / Duraline / Gemini pipe / Teleorr.

7.

GI Pipe

Tata /Jindal (Hissar) / Prakash Surya / Swastik.

8.

Modular switch, socket / Telephone socket Legrand / M.K. / Anchor / Havells /Crabtree

No.
1.

/ cable TV socket / Data outlet Socket /

/ABB/Panasonic.

Metal Boxes / Occupancy sensor/ Fan


Regulator.
9.

Cat-6Cable

Legrand/Awaya/Cisco.

10.

Terminal Blocks and connectors

Elmex / Essen / Connect Well.

11.

MCCB, MCB DB, RCBOs / RCCBs

Schneider Electric / Legrand / L&T Hagger /


ABB / Siemens/ Crabtree (Xpro).

12.

MCB / Timer

Schneider Electric / Siemens / L & T / Legrand /


L&T Multiline / ABB / Havells.

13.

Ammeter / Voltmeter

AE / IMP / Rishabh / HPL


(only digital type to be used)

14.

Selector Switch / CTs

Kayee / Siemens / Bhartiya Cutler Hammer /


L&T

15.

Change over Switch / Meter Board

HPL / H-Elcon / Standard / L&T / Siemens /


Havells

16.

Indicating Lamps

Teknic / Siemens / L&T / Vaishnov

17.

Energy Meter / Multifunctional / Intelligent

HPL / L&T / Hensel / Anchor / Siemens.

Energy Meter.

C
I
O

NIL
AE(P)

EE(P)

Page 162

PROFORMA OF SCHEDULES

18.

Ceiling fan.

Crompton / Orient / Polar / Khaitan / Ortem /


Usha / Havells.

19.

Exhaust fan.

Alosthom/Crompton/GE

20.

Fluorescent / CFL / LED fittings i/c

GE / Osram / Phillps / Wipro / Crompton / Surya

straight, retrofit and spiral CFL tube and

/ Havells.

fittings.
21.

Fancy Wall Brackets

DECON / Phillips / Twinkle / Electrocine

22.

Angle Holder /Batten Holder (ISI marked)

Kinjal / Emperor / Anchor

23.

Paints

ICI / Asian / Berger

24

Panel Board / Feeder Pillar

Tricolite Electric Industries (Pvt.) Ltd./ Advance


Panel and Switchgears Pvt. Ltd. / Adlec Mundka
/ Associated Switch Gears projects Ltd./
Prestine / Neptune / Sudhir Gesets Ltd. /
Advanace Power Control system Pvt. Ltd. /
Control & Switchgears Pvt. Ltd. / Sterling willson
/ Milestorne / Unilec / ABB make.

25

G.I. Octogonal Pole

Bajaj/Volmont/Transrail

26

LED Street Light fittings

Philips/wipro/Crompton

27

Call Bell

Anchor-Roma/Panasonic/Legrand/Emperor

28

Electronic Fan Regulator

Anchor-Roma/Panasonic/Emperor/Legrand

C
I
O

NIL
AE(P)

EE(P)

Page 163

PROFORMA OF SCHEDULES

Schedule of Work (Electrical)


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

Description of Item

Qty

Rate

Amt.

Unit

(SH:-Wiring)
1

Wiring
for
light
point/fan
point/Exhaust fan point/call bell point
with 1.5 Sqmm FRLS PVC insulated
copper conductor single core cable in
surface/ recessed steel conduit, with
modular switch, modular plate,
suitable GI box and earthing the point
with 1.5 sq.mm FRLS PVC insulated
copper conductor single core cable
etc.as required.

a)

Group-A

33

677.00

Pt.

22,341.00

b)

Group-B

748

811.00

Pt.

6,06,628.00

c)

Group-C

439

1003.00

Pt.

4,40,317.00

Wiring for twin control light point with


1.5Sqmm FRLS PVC insulated
copper conductor single core cable in
surface/recessed steel conduit, 2 way
modular switch modualr plate,
suitable GI box and earthing the point
with 1.5Sqmm FRLS PVC insulated
copper condutor single core cable etc
as required.

15

1069.00

Pt.

16,035.00

Wiring for light/ power plug with 2X4


sq. mm FRLS PVC insulated copper
conductor single core cable in
surface/ recessed steel conduit
alongwith 1 No 4 sq. mm FRLS PVC
insulated copper conductor single
core cable for loop earthing as
required.
4000

233.00

Mtr

9,32,000.00

C
I
O

NIL
AE(P)

EE(P)

Page 164

PROFORMA OF SCHEDULES

Wiring for light/ power plug with 4X4


sq. mm FRLS PVC insulated copper
conductor single core cable in
surface/ recessed steel conduit
alongwith 2 Nos 4 sq. mm FRLS PVC
insulated copper conductor single
core cable for loop earthing as
required.
1550

359.00

Mtr

5,56,450.00

Wiring for circuit/ submain wiring


alongwith earth wire with the
following sizes of FRLS PVC
insulated copper conductor, single
core cable in surface/ recessed steel
conduit as required

a)

2 X 1.5 sq. mm + 1 X 1.5 sq. mm


earth wire
2800

175.00

Mtr

4,90,000.00

4 X 1.5 sq. mm + 2 X 1.5 sq. mm


earth wire

700

237.00

Mtr

1,65,900.00

2 X 6 sq. mm + 1 X 6 sq. mm earth


wire

700

315.00

Mtr

2,20,500.00

4 X 6 sq. mm + 2 X 6 sq. mm earth


wire

250

509.00

Mtr

1,27,250.00

4 X 10 sq. mm + 2 X 10 sq. mm earth


wire

250

803.00

Mtr

2,00,750.00

4 X 16 sq. mm + 2 X 16 sq. mm earth


wire

150

1177.00

Mtr

1,76,550.00

Supplying and fixing suitable size GI


box with modular plate and cover in
front on surface or in recess,
including providing and fixing 6 pin
5/6 & 15/16 amps modular socket
outlet and 15/16 amps modular
switch, connection etc. as required.

218

395.00 Each

86,110.00

Supplying and fixing suitable size GI


box with modular plate and cover in
front on surface or in recess,
including providing and fixing 3 pin
5/6 amps modular socket outlet and
5/6 amps modular switch, connection
etc. as required. (For light plugs to be
used in non residential buildings).

281

303.00 Each

85,143.00

b)
c)
d)
e)
f)
6

SH:-II (Fittings)

C
I
O

NIL
AE(P)

EE(P)

Page 165

PROFORMA OF SCHEDULES

Supplying, installation, testing and


commissioning of surface and wall
mounted 4ft. 1x28 Watt T-5 fitting
complete with all accessories and
28watt lamp i/c connection with
copper wire etc as required.

152

660.00 Each

1,00,320.00

Supplying, installation, testing and


commissioning of surface and wall
mounted 4ft. 1x18 Watt T-5 fitting
complete with all accessories and
18watt lamp i/c connection with
copper wire etc as required.

134

460.00 Each

61,640.00

Supplying, Installation, testing &


commissioning of mirror light fitting
suitable for
1 x 10/11 watt CFL
fitting complete with all acessories &
CFL Lamp i/c connection with copper
wire etc as required.

39

550.00 Each

21,450.00

Supplying, Installation, testing &


commissioning
of
sleek
Sq.
Surface/Circular Down lighter fitting
suitable for 15/18 Wt CFL complete
in all respect including
lamp &
connection with copper wire etc as
required.

87

850.00 Each

73,950.00

Supplying, Installation, testing &


commissioning of Vertical Down
lighter fitting (on the each side of
Bed) suitable for retrofit 5/8 Wt CFL /
60 Wt GLS lamp complete in all
respect including lamp & connection
with copper wire etc as required.

120

520.00 Each

62,400.00

Supplying, Installation, testing &


commissioning of recess/surface type
square Down lighter fitting suitable
for single 36/26 Wt CFL complete in
all respect including
lamp &
connection with copper wire etc as
required.

61

1825.00 Each

1,11,325.00

Supplying, Installation, testing &


commissioning of recess/surface type
square Down lighter fitting suitable
for single 36/2613/18 Wt
CFL
complete in all respect including
lamp & connection with copper wire
etc as required.

266

1700.00 Each

4,52,200.00

C
I
O

NIL
AE(P)

EE(P)

Page 166

PROFORMA OF SCHEDULES

10

Supplying, Installation,testing and


commissioning of wall mounted
Fancy wall bracket fitting with
unbreakable
polycarbonate
top/Shaed duly wired lamp holder
suitable for retrofit CFL complete with
13watt CFL lamp i/c connection with
1.5 Sqmm FRLS PVC insulated
copper conductor, single core cable
and earthing etc. as required.

20

Supplying
and
fixing
polycarbonate/Brass Batton angle
holder complete with 13/15w retrofit
CFL lamp including connections etc
as required.

19

Supplying, Installation,testing and


commissioning of bulk head fitting
complete with all accessories and 2
Pin 9 watt CFL Lamp directly on
ceiling/wall i/c connection with copper
wire etc. as reqd.

25

Each

20,300.00

Each

3,686.00

Each

26,525.00

1015.00

194.00

1061.00

11

Supplying, Installation,testing and


commissioning of following sizes of
energy efficient electric ceiling fan
capacitor type with double ball
bearing complete with capacitor, 300
mm down rod, canopies, three
numbers blades made of Aluminium
alloy, but without speed regulator ,
suitable for single phase AC, 230
volts 50 Hz, supply with 3 x 1.5
Sqmm FRLS PVC insulated copper
conductor , single core cable etc as
required.

a)

1200 mm sweep

82

1603.00 Each

1,31,446.00

b)

1400 mm sweep

170

1850.00 Each

3,14,500.00

12

Supplying and fixing Two module


stepped type electronic fan regulator
on the existing modular plate switch
box i/c connections etc. as required.

252

591.00 Each

1,48,932.00

Supplying, installation, testing &


commissioning of 230 mm sweep
fresh
air
fan
complete
with
louvers/shutters in the existing
opening i/c connection with 13/0.20
mm Twin core PVC sheathed flat

1670.00 Each

5,010.00

13

C
I
O

NIL
AE(P)

EE(P)

Page 167

PROFORMA OF SCHEDULES

flexible copper cable, testing and


commissioning etc as required.

14

15

16

Supplying, installation, testing &


commissioning of 300mm sweep 900
RPM Heavy Duty Exhaust fan
complete with louvers/shutters in the
existing opening i/c connection with
13/0.20 mm Twin core PVC sheathed
flat flexible copper cable, testing and
commissioning etc as required.

58

3342.00 Each

1,93,836.00

Extra for making exhaust fan opening


for fresh air/ Exhaust fan to install
230 mm sweep fresh air/ Exhaust
fan i/c making good the damage etc
as required.

61

313.00 Each

19,093.00

Supplying and fixing of Ding


dong/electronic type call bell suitable
for D.C. /A.C. supply, single phase,
230 volts, complete etc. as required.

28

240.00 Each

6,720.00

17

Supplying and drawing following pair


0.5 mm dia FRLS PVC insulated
annealed
copper
conductor,
unarmored telephone cable in the
existing surface/ recessed steel/ PVC
conduit as required.

a)

2 pair

18

Supplying and fixing of following


sizes of steel conduit along with
accessories
in
surface/recess
including painting in case of surface
conduit, or cutting the wall and
making good the same in case of
recessed conduit as required.

a)

800

18.00

Mtr

14,400.00

20 mm

1000

121.00

Mtr

1,21,000.00

b)

25 mm

400

142.00

Mtr

56,800.00

19

Supplying and drawing co-axial TV


cable RG-6 grade, 0.7 mm solid
copper conductor PE insulated,
shielded with fine tinned copper braid
and protected with PVC sheath in the
existing surface/ recessed steel/ PVC
conduit as required.

300

28.00

Mtr

8,400.00

C
I
O

NIL
AE(P)

EE(P)

Page 168

PROFORMA OF SCHEDULES

20

Supplying and drawing of UTP 4pair


CAT-6 LAN cable in the existing
surface of the recess steel / PVC
conduit as reqd.

21

Supplying and fixing metal box of


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

a)

75 mm X 75 mm X 60 mm deep

22

Supplying and fixing following


modular type switch/socket on the
existing switch box/cover including
connection etc as required.

a)

400

33.00

13,200.00

Mtr

75

89.00 Each

6,675.00

Telephone socket outlet

59

95.00 Each

5,605.00

b)

TV antenna socket outlet

16

94.00 Each

1,504.00

23

Supplying and fixing following size/


modules, GI box alongwith modular
base & cover plate for modular
switches in recess etc as required.

a)

1 or 2 Module (75mmX75mm)

75

166.00 Each

12,450.00

24

Supplying, installation,testing and


commissioning
of
power
strip
consisting of 2 Nos. 6A socket & 1
No. 16A socket controlled by 16A
switch with 01 No.indicator along with
suitable size GI box i/c connection
etc. as required. (for computer)

52

1549.00 Each

80,548.00

Supplying and fixing of 20 amps, 240


volts DP sheet steel enclosure with 1
No. 20 amps 10 KA rating "C" series
DP MCB on on surface ro in recess
i/c making provision for entry of
electrical cord of AC/Geyser, with
conections
i/c
testing
and
commissioning etc as required.

785.00 Each

3,140.00

25

SH:-III ( MCB DB and Panel Board)

C
I
O

NIL
AE(P)

EE(P)

Page 169

PROFORMA OF SCHEDULES

Supplying and Fixing 63 Amps., 415


Volts, TPN Industrial type, Socket
Outlet, with 3 Pole and earth, metal
enclosed plug top along with 63
Amps. C series TP MCB in sheet
steel enclosure, on surface or in
recess, with chained metal cover for
socket outlet and complete with
connection
,
testing
and
commissioning etc. as reqd. (Legrand
Make Cat No. 6070880 or equivalent
in make list attached.(For Hospital)

1,68,868.00

14 12062.00 Each

Supplying, Installation, testing &


commissioning of surface/recess
mounting , 415 volts, TPN/SPN MCB
distribution board, phosphatized and
powder painted, inclusive of 200
amps tinned copper/Aluminium bus
bar , common netural link, earth bar,
din bar, for mounting MCB's
detachable gland/knock out plate,
and busbars of following ways ( but
without MCB's) as required.

a)

4 way VTPN MCB DB

4478.00 Each

8,956.00

b)

8 way Vertical Type TPN MCB DB

5641.00 Each

11,282.00

d)

6/8 way ETPN MCB DB

13

5641.00 Each

73,333.00

Supplying, Installation, testing and


Commissioning of following way
company fabricated E-TPN sheet
steel MCB distribution board double
metal door type with IP-43 protection
along with loose wire box matching
with DB having provision for MCB as
incomer 415 volts on surface/recess,
complete with tinned copper bus bar
din bar , detachable gland plate
interconnection including earthing
powder coated shade as DB etc as
reqd( but without MCB)

a)

12 way ETPN MCB DB

8616.00 Each

17,232.00

Supplying, Installation, testing and


Commissioning of following way
company fabricated E-TPN sheet
steel MCB distribution board double
metal door type with IP-43 protection
along with loose wire box matching
C
I
O

NIL
AE(P)

EE(P)

Page 170

PROFORMA OF SCHEDULES

with DB having provision for MCB as


incomer 415 volts on surface/recess,
complete with tinned copper bus bar
din bar , detachable gland plate
interconnection including earthing
powder coated shade as DB etc as
reqd( but without MCB)
a)

6 way ETPN
door

(4 + 18) way double


4

7357.00 Each

29,428.00

Supplying and fixing of following


rating, 415 volts, "C" series, miniature
circuit breaker suitable for lighting
and other load of following poles in
the existing MCB DB complete with
connections,
testing
and
commissioning etc. as required.

a)

100 Amp TP/TPN MCB

18

7270.00 Each

1,30,860.00

b)

63 Amp 4 pole MCB

14

2377.00 Each

33,278.00

c)

single pole 5Amp to 32 Amp

340

169.00 Each

57,460.00

d)

40 Amp TPN MCB

2377.00 Each

2,377.00

Fabrication,Supplying,
Installation,
Testing & Commisioning of cubical
type
wall
/
floor
mounted
compartilised panel board of suitable
size fabricated from 2mm thick CRCA
MS sheet suitable for 415/500 volts,
50 Hz A.C. Supply with gland plate
for cable gland hinged front door
openable with locking arrangement
i/c 300 Amps 4 strip Alu. bus bar,
connection interconnection, earthing
arrangement, treated with 7 tank
process, powder coated painted with
approved colour and shade i/c
errection etc as required. (As per
approved drawing and Depth shall
not be less than 300 mm.) For 2 Job

3.5 15067.00

Providing
and
fixing
following
accessories
in
the
existing
panel/fidder pillar including testing
and commissioning complete etc. as
required.

a)

250 Amps, 36 KA, 3 Pole, MCCB with


Spreader link (Incoming)

3 13999.00

100 Amps, 16 KA, 3 Pole, MCCB with

b)

C
I
O

52,734.50

SqM

Each
41,997.00

7483.00 Each

67,347.00

NIL
AE(P)

EE(P)

Page 171

PROFORMA OF SCHEDULES

Spreader link (Outgoing)


c)
8

32 Amps,
(Outgoing)

10

KA,

SPN

MCB

Supplying and fixing suitable size GI


box with modular plate and cover in
front on surface or in recess,
including providing and fixing 6 pin
15/16 amps modular socket outlet
and 15/16 amps modular switch with
20Amp "C" Series MCB connection
etc. for power point as required.

825.00 Each

7,425.00

35

564.00 Each

19,740.00

SH:-IV (Earthings)
1

Earthing with G.I. earth plate 600 mm


X 600 mm X 6 mm thick including
accessories, and providing masonry
enclosure with cover plate having
locking arrangement and watering
pipe of 2.7 metre long etc. with
charcoal/ coke and salt as required.

56

4490.00

Set

2,51,440.00

Providing and fixing 25 mm x 5 mm


G.I. strip on surface or in recess for
connections etc. as required.

300

142.00

Mtr.

42,600.00

Providing and fixing of lightning


conductor finial made of 25 mm dia
300 mm long GI tube having single
prong at Top with 85 mm dia 6 mm
thick GI base plate including holes
etc as required.

33

369.00

Set

12,177.00

Providing and fixing GI Tape, 20 mm


x 3 mm thick on parapet or surface of
wall for lighting conductor as required
( for Horizontal run)

825

68.00

Mtr

56,100.00

Providing and fixing GI Tape, 20 mm


x 3 mm thick on parapet or surface of
wall for lighting conductor as required
( for Vertical run)

210

98.00

Mtr

20,580.00

Providing and fixing testing joint


made of 20 mm x 3 mm thick GI strip
125 mm long with 4 Nos of GI bolts,
nuts, check nut and spring washers
etc complete as reqd.

33

Providing and fixing GI tape, 32 mm x


6 mm from earth electrode directly in
ground as required.

285

C
I
O

6,435.00

195.00 Each

141.00

40,185.00

Mtr

NIL
AE(P)

EE(P)

Page 172

PROFORMA OF SCHEDULES

Supplying and flxing of following size


medium class G.I pipe with
accessories under the road/along
with the retaining wall/under the floor
including
cutting
the
road/nala/retaining wall/floor and
making good the damages etc.as
required.

a)

65 mm dia

60

698.00

Mtr

41,880.00

b)

50 mm dia

10

567.00

Mtr

5,670.00

SH:-V (Service connection and


compound light)
1

Supply and erection of 5 Mtr


Galvanized as per BS EN ISO 1461)
octagonal pole with base plate
200x200x12mm, top 70 mm and
bottom 130 mm of 3 mm thick sheet
suitable for maximum wind speed up
to 160 Km/ Hr. including foundation
bolts and foundation with M 20 grade
RCC and FE 415 grade approved by
pole manufacturer) GI base plate G.I.
anchor plate etc. as required each
pole shall be supplied with a junction.
looping box complete with 6Amp. 10
KA " C" curve S.P. MCB screw less
din mounting connectors suitable
links end locks including supplying
and fixing of 1 Mtr. long single arm
hot dipped galvanized bracket
suitable for street light fittings and
supplying and drawing of 3 x 1.5 Sq
mm FRLS copper conductor single
core cable from junction box to
luminaire
complete
including
termination with copper lugs as
required.

50 19838.00 Each

9,91,900.00

Supplying installation of LED street


light fitting Nominal 36 watt IP 66
Protection, single piece pressure die
cast aluminum housing with heat
resistant toughened glass on existing
pole bracket including correction with
31.5 sq.mm PVC copper wire
including testing and commissioning
complete as required. ( Make:Philips BRP409 LED CW 036 MR

50

4,93,750.00

C
I
O

9875.00 Each

NIL
AE(P)

EE(P)

Page 173

PROFORMA OF SCHEDULES

FG S1 PSU GR/ or equivalent in


GE/Wipro )

Fabrication supplying , Installation,


Testing of out door type totally
enclosed weather proof feeder pillar
with sloping conopy top suitable size
fabricated from 2mm thick CRCA MS
sheet with base frame fabricated from
50mm x 50mm x 5mm angle iron,
suitable for 415/500 volts, 50 Hz A.C.
Supply with gland plate for cable
gland hinged front openable double
leaf door with locking arrangement,
i/c suitable 4 strip Al. busbar, teated
with 7 tank process, powder coated
painted with approved paint and
shade
and
connection/interconnections
with
FRLS
PVC
insulated
copper
conductor single core cable of
suitable size including phosphatized
& power coated painting, graut the
F.P. in C.C. foundation ( ISO 9001
certrification ) (300 mm deep) (6 job
each 2 Sqm= 12sqm)

1,80,804.00

12 15067.00 Sqm

Supplying and laying of 1 No. XLPE


insulated PVC outer sheathed
armoured with galvanized round steel
wire cable with stranded/solid
alluminium conductor suitable for
rated voltage of 1.1 KV grade ISI
marked
conforming
to
IS
7098/(Pt.I)/1988 with amendment
No.1 of following sizes in the
following manner as required.

a)

In the existing G.I.pipe/DWC pipe.

i)

3.5 x 95 Sq.mm.

50

706.00

Mtr

35,300.00

ii)

3.5 x 70 Sq.mm.

180

573.00

Mtr

1,03,140.00

iii)

2 x 10 Sqmm

2500

153.00

Mtr

3,82,500.00

iv)

4x16 sqmm

50

177.00

Mtr

8,850.00

b)

In open duct/loose for connection

i)

3.5 x 95 Sq.mm.

20

701.00

Mtr

14,020.00

C
I
O

NIL
AE(P)

EE(P)

Page 174

PROFORMA OF SCHEDULES

ii)

3.5 x 70 Sq.mm.

100

568.00

Mtr

56,800.00

iii)

2 x 10 Sqmm

300

149.00

Mtr

44,700.00

iv)

4x16 sqmm

10

218.00

Mtr

2,180.00

Supplying and making cable end


termination with brass compression
gland and AI. lugs for following size
PVC sheathed/XLPE A.I. conductor
cable of 1.1KV grade as required.

i)

3.5 x 95 Sq.mm.

466.00

Set

466.00

ii)

3.5 x 70 Sq.mm.

382.00

Set

1,528.00

iii)

2 x 10 Sqmm

30

148.00

Set

4,440.00

iv)

4x16 sqmm

245.00

Mtr

245.00

Providing and fixing 6 SWG dia G.I.


wire on surface or in recess for loop
earthing along with existing surface /
recessed conduit / submain wiring /
cable as required.
3200

23.00

Mtr

73,600.00

Construction of brick masonry gully


chamber 50 cm x 45 cm x 60 cm.
with bricks, cement sand and filling
sand and covering with brick
including plastering etc as required.

36

39,852.00

1107.00 Each

Supplying and laying of 1 No. double


walled corrugated high density
polyethylene pipe having corrugation
on the outer wall and plain surface
inner wall confirming to IS 14930
Part-I and II complete with necessary
HDPF fitting for protection of 1.1KV
grade under ground cable directly in
ground at a depth of 50cm including
excavation and refilling the trench etc
as required.

a)

50 mm outer dia(NS)

2500

123.00

Mtr

3,07,500.00

b)

77mm outer dia(NS)

250

160.00

Mtr

40,000.00

Rs 101,83,988.50

Total

C
I
O

NIL
AE(P)

EE(P)

Page 175

PROFORMA OF SCHEDULES

INVENTORY
AND
DRAWINGS

C
I
O

NIL
AE(P)

EE(P)

Page 176

PROFORMA OF SCHEDULES

BULKHEAD FITTING

Vertical 5/8W CFL DOWN


LIGHTER (for Bed side)

DOWN LIGHTER
(RECTANGULAR/SQUARE
TYPE)15W Incl. Stair case

DOWN LIGHTER (CIRCULAR


TYPE) 18/13W

26/36 wt Downlighter

MIRROR LIGHT

POLYCARBONATE HOLDER

Ceiling fan with regulator1200mm

Ceiling fan with regulator


1400 mm

ExhaustFan

Fresh Air Fan

Call bell

Fancy Wall bracket

1200 mm 1x18W Fixture


Surface/wallmounted

1200 mm 1 x 28w Fixture


Surface/wallmounted

Twin control Point

Call bell pt.

Total Point

Exhaust point

Fan point

LT point

S. No.

Location

Inventory

10

11

12

13

14

15

16

17

18

19

20

21

22

23

Group A
Trades Man Shop

25

33

13

25

33

13

394

107

23

524

Quarter Guard

54

23

79

36

Quarter Master

98

38

145

57

546

168

26

748

11

93

106

GO's Mess

162

41

22

10

235

24

24

20

10 Bedded Hospital

146

36

12

10

204

22

Total Group C

308

77

34

20

439

46

28

20

24

Total (Gp. A+B+C)

879

252

61

28

1220

15

152

134

20

25

Total Group A

10

10

120

44

7
0

111

14

25

82

23

13

18

35

38

64

159

16

43

125

23

43

18

11

18

10

31

22

10

22

62

43

12

22

14

12

10

13

105

61

23

19

32

45

34

20

120

87

266

61

39

19

82

170

58

28

Group B
128 Men Barrack

Total Group B

104

120

Group C

C
I
O

NIL
AE(P)

EE(P)

Page 177

3 phase Industrial socket

8 way/10 way SPN MCB DB

12 way SPN MCB DB

32 Amps SPN MCB

8 way VTPN DPX MCCB DB

6 way ETPN MCB DB

8 way ETPN MCB DB

12 way ETPN MCB DB

6 Pin 15 A with 20Amp MCB


power point

40 Amps TPN MCB

100 Amps TP/TPN MCB

63 Amps TP/TPN MCB

6-32 Amps SP MCB

Telephone outlet

4 way VTPN MCB DB

T.V Outlet

Electrical panel

Computer Power point

3 Pin 5/6 A light plug

6 Pin 15 A power point

S. No.

Location

PROFORMA OF SCHEDULES

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

Group A
Trades Man Shop

12

12

128 Men Barrack

78

148

Quarter Guard

14

14

Quarter Master

21

21

113

183

GO's Mess

41

35

10 Bedded Hospital

52

56

93

91

12

218

281

13

35

Total Group A

1
0

20
0

20

Group B

Total Group B

8
0
0

0
0

20

120

12

60

12

180

26

60

14

13

80

19

10

140

33

13

41

18

14

340

59

16

52

22

12

2
9
1

11

Group C

Total Group C

13
28

Total (Gp. A+B+C)

C
I
O

NIL
AE(P)

EE(P)

Page 178

LT pt.
Fan pt.
Ex. Fan
Total pt.
1200 mm 40W LED Fixture
Surface/wallmounted
DOWN LIGHTER (RECTANGULAR/
Square TYPE) 15W LED
DOWN LIGHTER (CIRCULAR TYPE)
18/13W
Ceiling fan with regulator (1200mm)
Exhaust Fan
6 Pin 15 A power point
3 Pin 5/6 A light plug

S.
N.

1
1
2
3
4
5
6
7
8
9
10
11
12
13

Porch
2
0
0
2
2

Ent. Verandah
2
0
0
2
2

3
Ent. Lobby
4
0
0
4
4

4
Carpenter Shop
2
1
0
3

5
Corridor
2
0
0
2

6
Toilet
2
0
1
3

7
Shoe Maker
2
1
0
3
2
1
1
1

8
Tailor Shop - 03 Nos
6
3
0
9
6
3
7
4

9
Barber Shop
3
2
0
5
3
2
2
1

Total
25
7
1
33
13
12
7

C
I
O
NIL
AE(P)
EE(P)

Page 179

2
1

10
2
7

2
1

6-32 Amps SP MCB

40 Amps TPN MCB

14

8 way ETPN MCB DB

6 Pin 15 A with 20Amp MCB power


point

Location

PROFORMA OF SCHEDULES

Tradesmen Shop.

15
16
17

1
1
20

1
1
20

5
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26

77
25
11
113
2
38
0
18
18
2
0
1
25
0
11
13
17
2
8
2
2
2
30
1

109
30
4
143
2
26
40
10
31
4
0
0
0
30
4
23
45
6
2
1
2
2
30
0

101
26
4
131
2
20
40
8
31
4
0
0
0
26
4
21
43
6
1
0
2
2
30
0

101
26
4
131
2
20
40
8
31
4
0
0
0
26
4
21
43
6
1
0
2
2
30
0

394
107
23
524
8
104
120
44
111
14
0
1
25
82
23
78
148
20
12
3
8
8
120
1

C
I
O
NIL
AE(P)
EE(P)

Page 180

Electrical panel

6-32 Amps SP MCB

100 Amps TPN MCB

8 way ETPN MCB DB

T.V Outlet

Telephone outlet

6 Pin 15 A with 20Amp MCB power point

3 Pin 5/6 A light plug

6 Pin 15 A power point

Heavy duty Exhaust fan

CEILING FAN (1400mm)

CEILING FAN (1200mm)

BULKHEAD FITTING

POLYCARBONATE HOLDER

MIRROR LIGHT

Vertical 5/8W CFL DOWN LIGHTER (for Bed side)

1200 mm 18W Fixture Surface/wallmounted

Twin Control

Total pt.

Ex fan pt.

Fan pt.

DOWN LIGHTER (CIRCULAR TYPE) 5/8 wt retrofit


CFL/GLS

GROUND
FLOOR
FIRST
FLOOR
SECOND
FLOOR
TOTAL
DOWN LIGHTER (RECTANGULAR/SQUARE TYPE)
15W

2
1-LEVEL
LT pt.

Location

S.N.

PROFORMA OF SCHEDULES

128 Men Barrrack

A
1
2

1
Ent. Verandah
2
0
0
2
2

2
Ent. Lobby
2
0
0
2
2

3
Corridor/drinking water
7
0
0
7
1
1

4
Guard room
6
4
0
10
6
4
2
2
1
1

5
Treasury Chest
2
1
0
3
2
1
1
1
1
1

6
Armour W.S.-02 Nos
4
2
0
6
4
2
2
2

7
Toilet (G) with WC
4
0
1
5
3

8
Toilet (F) with WC
3
0
1
4
3

9
F/F
0
0
0
0

10
Rifle Kote-02 Nos
24
16
0
40

11
Stair case (T.C.)
0
0
0
2

12
Total for G/F + F/F
23
2
79
2

54

C
I
O

3
4
5
6

AE(P)

7
8

36
6

13

NIL
EE(P)

Page 181

10

24

11

18

12

13

16

2
8

14

14
15

14

16

17

2
6

18
19
20
21
22

1
1
1
1
25

0
0
0
0
0

Computer Power point

6-32 Amps SP MCB

32 Amps SPN MCB

100 Amps TPN MCB

12 way SPN MCB DB

6 way ETPN MCB DB

Telephone Point

6 Pin 15 A with 20Amp MCB power


point

3 Pin 5/6 A light plug

6 Pin 15 A power point

Fresh Air Fan

CEILING FAN (1400mm)

CEILING FAN (1200mm)

LED MIRROR LIGHT

DOWN LIGHTER (CIRCULAR TYPE)


18/13W

1200 mm 40W LED Fixture


Surface/wallmounted
DOWN LIGHTER
(RECTANGULAR/SQUARE TYPE)15W
Incl. Stair case

Twin Control

Total pt.

Ex. Fan

Fan pt.

LT pt.

Location

S.N.

PROFORMA OF SCHEDULES

Quarter Guard

G/F
23

1
2

1
Porch
2
2
2

2
Ent. Verandah
1
1
1

3
Lobby
2
1

4
Training store
3
2
1
6
3
2
1
2
2
1
1

5
Bin Store
12
8
1
21
12
8
1
3
3
1
2

6
Corridor/space for water
cooler
1
1

1
1

Office with toilet & WC


3

5
4

C
I
O

5
6

1
1

AE(P)

10

11

NIL
EE(P)

Page 182

12

13
14

15

16

7
1

G/F
17
18

1
1

19

20

21
22

23

24

25

Computer Power point

6-32 Amps SP MCB

63 Amps TP/TPN MCB

100 Amps TP/TPN MCB

6 way ETPN MCB DB

4 way VTPN MCB DB

Telephone Point

6 Pin 15 A with 20Amp MCB power point

3 Pin 5/6 A light plug

6 Pin 15 A power point

Call bell

Fresh Air Fan

CEILING FAN (1400mm)

CEILING FAN (1200mm)

1200 mm 18W LED Fixture Surface/wallmounted

LED MIRROR LIGHT

DOWN LIGHTER (CIRCULAR TYPE) 18/13W

DOWN LIGHTER (RECTANGULAR/SQUARE TYPE)15W


Incl. Stair case

1200 mm 40W LED Fixture Surface/wallmounted

Total pt.

Call bell pt.

Ex. Fan

Fan pt.

LT pt.

Location

S.N.

PROFORMA OF SCHEDULES

Quarter master store

23

30
1

PROFORMA OF SCHEDULES
8

Pioneer store

Ramp

Total for G/F

47

16

6
18

70

11

11

6
26

15

18

30

10

Staircase (T.C.)

F/F

Misc store

11

Clothing and Equipment


store

12

21

12

Corridor

PT & Sports Store

Tentage store

16

Railing

14

Total for F/F

51

20

75

31

20

20

10

10

30

TOTAL G/F+FF

98

38

145

57

35

38

21

21

60

Staircase (T.C.)

1
7

14

30

14

C
I
O

NIL
AE(P)

EE(P)

Page 183

A
1

5
Porch 2Nos
4
4

2
Verandah 2nos
2
2

3
Ent. Lobby for single
officer accom
3
2

Living
Room/Bed
Room/
Toilet/
Dress/Kitchen
&Verandah-04 Nos
Corridor
36
8

4
5
6

8
7

4
56

13

C
I
O
8

13

AE(P)

600x600 LED Panel


LED FANCY WALL BRACKET FITTING
LED MIRROR LIGHT
POLYCARBONATE HOLDER WITH LED LAMP
LED BULKHEAD FITTING
CEILING FAN (1200mm)
CEILING FAN (1400mm)
Exhaust Fan
Call bell
6 Pin 15 A power point
3 Pin 5/6 A light plug
6 Pin 15 A with 20Amp MCB power point
Telephone Point
TV Point
4 way VTPN DPX MCCB DB
12 way ETPN MCB DB
100 Amps TP/TPN MCB
63 Amps TP/TPN MCB

10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

5
3

8
2

13

NIL
EE(P)

Page 184

4
8
8
8
4
1
1

12
12
4
4
2
2
2
2

30

60

Computer Power point

6-32 Amps SP MCB

DOWN LIGHTER (CIRCULAR TYPE) 18W LED

DOWN LIGHTER (RECTANGULAR/SQUARE


TYPE)15W Incl. Stair case

1200 mm 18W LED Fixture


Surface/wallmounted

1200 mm 40W LED Fixture


Surface/wallmounted

Twin Control

Total pt.

Call bell pt.

Ex. Fan

2
Fan pt.

LT pt.

Location

PROFORMA OF SCHEDULES

GO's Mess

G/F
31

4
2
1

4
6

PROFORMA OF SCHEDULES

Dining hall

Lounge/Bar Counter

Gents Toilet

11

Ladies Toilet/wash
area
WAITING LOBBY
/RECEPTION
Wash/Floor wash

12

Kitchen

13

Manager room

14

Store room

15

Living
Room/Bed
Room/
Toilet/
Dress/&Verandah-02
Nos
Bed Room/ Toilet/
Dress/&Verandah-02
Nos
Total for G/F

10

16

17

11

18

15

1
4

18

26

16

20

142

37

18

16

14

27

18

Stair case

203

22

20

39

18

10

13

10

35

29

10

12

11

60

12

FIRST FLOOR
1

Living
Room/Bed
Room/
Toilet/
Dress/Kitchen
&Verandah-04 Nos
Terrace

18

30

1
2

C
I
O

NIL
AE(P)

EE(P)

Page 185

PROFORMA OF SCHEDULES

TOTAL
3

20

32

Stair case
Total Stair case (T.C.)
GRAND TOTAL GROUND
& FIRST FLOOR

162

1
3

41

22

10

235

C
I
O

43

18

20

11

18

10

31

22

10

41

35

12

14

13

22

24

3
7

NIL
AE(P)

EE(P)

Page 186

60

0
13

Ex. Fan
Call bell pt.
Total pt.

1200 mm 40W LED Fixture


Surface/wallmounted

A
1
Fan pt.

1
LT pt.

Location
3
4
5
6
7
8

Ent. Lobby
2
0
0
0
2
2

2
Registration Counter/Waiting
4
2
0
0
6
4

3
Corridor
10
0
0
0
10

4
Physiotherapy
4
2
0
1
7

5
Doctor's room-02 Nos
4
2
0
2
8
4
2

6
Examination-02 Nos
6
2
0
0
8
6
2

7
Toilet-02 Nos
4
0
2
0
6
2
2
2

8
Toilet (M) with WC
3
0
1
0
4
2
1
1

9
Toilet (F) with WC
3
0
1
0
4
2
1
1

C
I
O
AE(P)

NIL
EE(P)

Page 187

Exhaust fan
Call bell
6 Pin 15 A power point
3 Pin 5/6 A light plug
3 phase Industrial socket
Telephone Point
8 way VTPN DPX MCCB DB
8 way ETPN MCB DB
100 Amps TP/TPN MCB
63 Amps TP/TPN MCB
6-32 Amps SP MCB
Computer Power point
6 Pin 15 A with 20Amp MCB power
point

12

CEILING FAN (1400mm)

11

CEILING FAN (1200mm)

600x600 LED Panel

10

LED MIRROR LIGHT

DOWN LIGHTER (CIRCULAR TYPE) 18W


LED

POLYCARBONATE HOLDER WITH LED


LAMP

DOWN LIGHTER (RECTANGULAR/SQUARE


TYPE)15W Incl. Stair case

2
1200 mm 18W LED Fixture
Surface/wallmounted

PROFORMA OF SCHEDULES

10 Bedded Hospital

G/F
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28

4
2
2
2

10
1

1
2
2
2
2

1
4
4
1
1

2
2
4
2
2

2
2
2

29

40
4

PROFORMA OF SCHEDULES

10

Water cooler

11

Emergency Cum Treatment


room with Toilet

15

12

ECG room

13

Dark room

14

X-ray room

15

Dispensary

16

Pharmacist

17

ENTRY UP

18

Ramp

10

10

Total for G/F

72

16

100

A
1

F/F

2
3

Laboratory
Mahila Ward with
Toilet
Store
Labour room

4
5
6
7

Special room with


Toilet & WC

Steralization with
Toilet
Corridor/Sitting

11

11

C
I
O

1
6

2
1

1
4

1
1

26

29

1
10
14

29

19

4
2

4
1

NIL
AE(P)

10

EE(P)

Page 188

40

15

1
4
1
1

40

PROFORMA OF SCHEDULES

Duty Nurse with


Toilet
6 Bed ward (Men)

10

Toilet with Bath

11

Male Nurse assistant


Duty room with
Toilet
Recovery room with
Toilet

12

11

1
2

1
2

1
1

10

14

Terrace

15

Ramp

10

10

74
72
146

20
16
36

7
5
12

3
7
10

104
100
204

13

Total for F/F


Total for G/F
Total for G/F + F/F
Stair case (T.C.)

26
26
52

27
29
56

13
15
28

6
9
15

2
10
8
14
22

0
4
4

C
I
O

2
0
2

33
29
62

24
19
43

7
5
12

NIL
AE(P)

EE(P)

Page 189

0
1
1

12
10
22

8
6
14

7
5
12

3
7
10

0
4
4

10
9
19

0
2
2

2
2
4

2
2
4

6
2
8

40
40
80

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 190

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 191

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 192

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 193

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 194

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 195

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 196

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 197

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 198

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 199

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 200

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 201

EE(P)

ds-yks-fu-fo-

C
I
O

NIL
AE(P)

Page 202

EE(P)

Anda mungkin juga menyukai