2
3
15/CE/EE/HCD/2015-16
C
I
O
AE(P)
6
7
NIL
EE(P)
Page 1
Period of Completion
At 3.30 PM on 21/09/2015
18 Months
Earnest Money
Rs. 23,23,814/-
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)
1. Non CPWD Contractors who fulfill the following requirements shall be eligible to
apply. Joint ventures are not accepted.
PROFORMA OF SCHEDULES
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.
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.
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.
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
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.
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.
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)
10.
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.
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.
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)
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
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
BRANCH
B&R
DIVISION
ZONE
NZ-IV,CPWD,Dehradun
SUB-DIVISION
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)
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)
SCHEDULE B
Schedule of materials to be issued to the contractor:
S.
No.
Description of
item
Quantity
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:
SCHEDULE E:
Reference to General
Conditions of contract:
Name of Work:
NIL
AE(P)
EE(P)
Page 15
PROFORMA OF SCHEDULES
Earnest money
Performance Guarantee
Security Deposit
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 :
2(x)
2(v)
2(xi)
2(xii)
Department:
9(ii)
Clause 1
i)
15 Days
NIL
AE(P)
EE(P)
Page 16
PROFORMA OF SCHEDULES
ii)
7 Days
Clause 2
Clause 2 A
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 .
Superintending Engineer,
Haldwani Central Circle, CPWD,
Haldwani or successor thereof .
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
Period for
completion
from date of
start in
days/months
Withheld
amount for non
achievement of
mile stone.
05 months
1.25%
of
the
accepted tendered
value.
10 months
1.25%
of
the
accepted tendered
value.
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.
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
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
Clause 10A
Clause 10 B
(ii), (iii)
Clause 10 C
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.
1. PPC Cement
2. Steel
Reinforcement
bars (TMT-500D)
1. Rs.5110/- Per MT
2. Rs.41,714/- Per MT
Clause 11
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
30%
30%
100%
NIL
AE(P)
EE(P)
Page 20
PROFORMA OF SCHEDULES
Clause 18
Clause 25
Clause 36(i)
Sl
.
Minimum
N Qualification of
o.
Technical
Representative
Minimum
experience
Member
Discipline
Chairman
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
Project / site
Engineer
5 years.
Or
10 years.
respectively
1 No
Project
Plaining/Quality/
Site/Billing
Engineer
2 years.
Or
5 years.
respectively
1 No
Project
Plaining/Quality/
Site/Billing
Engineer
2 years.
Or
5 years.
respectively
1 No
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)
a)
permissible
on
theoretical
3% plus/minus
2% plus/minus
C
I
O
NIL
AE(P)
EE(P)
Page 22
PROFORMA OF SCHEDULES
b)
c)
d)
2% plus/minus.
Nil
Sl
No
Excess beyond
permissible variation
1.
PPC Cement
N. A
2.
N.A.
3.
N.A.
C
I
O
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
C
I
O
NIL
AE(P)
EE(P)
Page 25
PROFORMA OF SCHEDULES
INTEGRITY AGREEMENT
C
I
O
NIL
AE(P)
EE(P)
Page 26
PROFORMA OF SCHEDULES
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)
2)
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
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)
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)
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
2)
3)
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
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.
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.
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
3
4
6
7
8
9
10
11
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.
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.
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.
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.
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.
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.
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.
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
37.6
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.
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.
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)
ii)
iii)
iv)
Architectural Drawings.
v)
vi)
vii)
Decision of Engineer-in-charge.
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.
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.
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)
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)
18Nos.
ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm
1 No.
6 Nos.
1 No
1 No.
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.
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
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
11
(i)
(ii)
Cement register.
c)
d)
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
ii)
C
I
O
NIL
AE(P)
EE(P)
Page 49
PROFORMA OF SCHEDULES
tests.
S.
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
iii)
iv)
v)
NIL
AE(P)
EE(P)
Page 50
PROFORMA OF SCHEDULES
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
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.
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
10 mm to 16 mm dia
bars
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.
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.
17.
Nominal size mm
-8%
-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)
viii)
ix)
CPWD specifications.
x)
Architectural Drawings
xi)
xii)
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.
C
I
O
NIL
AE(P)
EE(P)
Page 57
PROFORMA OF SCHEDULES
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
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
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 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
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
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
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)
(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)
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
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
2.13
NIL
AE(P)
EE(P)
Page 71
PROFORMA OF SCHEDULES
2.14
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.
3.1
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
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.
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.
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)
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
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
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
NIL
AE(P)
EE(P)
Page 78
PROFORMA OF SCHEDULES
8.2
Materials
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
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
NIL
AE(P)
EE(P)
Page 80
PROFORMA OF SCHEDULES
8.6
8.7
8.8
Mortar
Scaffolding
:
:
8.9
Protection
8.10
Curing
8.11
Measurement
8.12
Rate
NIL
AE(P)
EE(P)
Page 81
PROFORMA OF SCHEDULES
Scope : This specification covers materials, joints, laying and mode of measurement
of coursed rubble facing masonry.
2.
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.
10
11
12
13
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)
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
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
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
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
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
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
9.12.2
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
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
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
C
I
O
NIL
AE(P)
EE(P)
Page 90
PROFORMA OF SCHEDULES
Name of Equipment
Numbers
1 No.
Nil.
1 No.
1 No.
1 No.
1 Nos.
1 Nos.
2 Nos.
2 Nos.
Surface vibrator
2 Nos.
1 No.
1 No.
Drilling machine
1 No.
1 No.
1 Set
M.S. pipes
Steel shuttering
Steel scaffolding
Grinding/polishing machines
5
6
1 No.
2 Nos.
Tippers
1 No.
Trucks
1 No.
Pneumatic equipment
C
I
O
NIL
AE(P)
EE(P)
Page 91
PROFORMA OF SCHEDULES
Nil
Dewatering equipment
1
Pump (diesel)
Nil
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
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
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
NIL
AE(P)
EE(P)
Page 94
PROFORMA OF SCHEDULES
37
38
39
40
41
Acrylic Distemper
42
43
Cement Primer
44
45
Steel Primer
Wood Primer
46
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)
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
73
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
NIL
AE(P)
EE(P)
Page 96
PROFORMA OF SCHEDULES
86
87
88
89
90
91
92
93
Floor hardener
Modular Expansion Joint
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.
__________________________
__________________________
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
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.
__________________________
__________________________
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
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
1.
__________________________
2.
__________________________
__________________________
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.
_______________
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
the
guarantee
herein
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
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
day
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
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
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.
C
I
O
NIL
AE(P)
EE(P)
Page 110
PROFORMA OF SCHEDULES
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
18.00
cum
2.2
2195.00
cum
2.3
630.00
cum
2.4
2.4.1
3323.00
sqm
2.5
238.00
sqm
238.00
sqm
370.00
sqm
2.6
2.7
3
3.1
3.1.1
1745.00
sqm
3.1.2
1738.00
sqm
3.1.3
3.1.4
3.1.5
2233.00
249.00
sqm
sqm
5125.00
sqm
3.1.6
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
C
I
O
NIL
AE(P)
EE(P)
Page 112
PROFORMA OF SCHEDULES
3.3.1
3.3.2
158246.00
Kg
3.3.2.1
3.4
135500.00
Kg
599.00
metre
3.5
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
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
6.2.1
6.2.2
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
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
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
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
7.9.1
7.10
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
7.12
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
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
2771.00
Sqm
8481.00
sqm
10.2.1
10.3
5856.00
sqm
10.3.1
10.4
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
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
6919.00
sqm
695.00
sqm
4115.00
sqm
28.00
each
26.00
each
24.00
each
11.3.2
3.00
each
11.4
4.00
each
11.4.1
11.5
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
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
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
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
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
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
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
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
12.19.1
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
13.4
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
9.00
each
13.6
13.6.1
13.6.1.1
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
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.
1808.00
Kg
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
93.00
sqm
36.00
each
24.00
each
7.00
each
4.00
each
603.00
sqm
NIL
AE(P)
EE(P)
Page 129
PROFORMA OF SCHEDULES
15.2.1
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)
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
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
SCHEDULE F
Reference to General Conditions of contract.
Name 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
Definitions:
2(v)
Engineer-in Charge
See below
2(vii)
Accepting Authority
2(x)
2(xi)
2(xii)
Department:
9(ii)
Clause 1
iii)
iv)
15 Days
7 Days
Clause 2
Superintending
Engineer
(C),
Haldwani Central Circle, CPWD.
Haldwani Or successor thereof
Clause 2 A
Yes
Clause 5
22 Days
As per Civil Component
Authority to decide:
i)
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
Clause applicable
Clause 7
Clause 10A
As per Civil
Component
As per Civil
Component
----
Clause 10 B
(ii) & (iii)
As per Civil
Component
Clause 10 C
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:
Clause 11
C
I
O
NIL
AE(P)
EE(P)
Page 134
PROFORMA OF SCHEDULES
Clause 12
12.2 & 12.3
12.5
30%
100%
Minimum
Qualification of
Technical
Representative
Designation
(Principal
Technical/Technica
l representative
number
Sl.
No.
Superintending Engineer(El.),
Dehradun Central Electrical Circle,
CPWD, Dehradun
Discipline
Clause 36(i)
Minimum
experience
Clause 16
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Clause 42
i)
a)
ii)
N.A.
N.A.
N.A.
b)
N.A.
c)
Nil
C
I
O
NIL
AE(P)
EE(P)
Page 135
PROFORMA OF SCHEDULES
Sl
No
Description of items
NIL
C
I
O
NIL
AE(P)
EE(P)
Page 136
PROFORMA OF SCHEDULES
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.
4.0
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
Unless and otherwise specified in the tender documents, the following works
shall be arranged by the Department:
(i)
8.0
9.0
(i)
(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)
(vi)
Storage space for all equipments, components and materials for the work
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
11.0
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
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
(ii)
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
(ii)
(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)
(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
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
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
20.1.
20.2.
(i)
(ii)
(iii)
(iv)
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)
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)
(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.
21.2.
22.0
Conformity to standards:
22.1.
22.2.
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.
24.2.
NIL
AE(P)
EE(P)
Page 142
PROFORMA OF SCHEDULES
Use of quality materials: Only quality materials of reputed make as specified in the
tender will be used in work.
24.4.
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:
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.
(ii)
(iii)
(iv)
C
I
O
NIL
AE(P)
EE(P)
Page 143
PROFORMA OF SCHEDULES
28.0
(v)
(vi)
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.
C
I
O
NIL
AE(P)
EE(P)
Page 144
PROFORMA OF SCHEDULES
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.
C
I
O
NIL
AE(P)
EE(P)
Page 145
PROFORMA OF SCHEDULES
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
2.
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.
8.
Check nuts shall be provided while terminating the M.S. conduits in switch
board boxes for which nothing extra shall be paid.
9.
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.
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.
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.
23.
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
C
I
O
NIL
AE(P)
EE(P)
Page 154
PROFORMA OF SCHEDULES
C
I
O
NIL
AE(P)
EE(P)
Page 155
PROFORMA OF SCHEDULES
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.
2.
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.
C
I
O
NIL
AE(P)
EE(P)
Page 157
PROFORMA OF SCHEDULES
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.
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
C
I
O
NIL
AE(P)
EE(P)
Page 158
PROFORMA OF SCHEDULES
2]
C
I
O
NIL
AE(P)
EE(P)
Page 159
PROFORMA OF SCHEDULES
2]
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]
SIGNATURE OF ASSOCIATED
ELECTRICAL CONTRACTOR.
Date
Place:
Date:
Place
COUNTERSIGNED
C
I
O
NIL
AE(P)
EE(P)
Page 160
PROFORMA OF SCHEDULES
WILLINGNESS CERTIFICATE
Dated:
C
I
O
NIL
AE(P)
EE(P)
Page 161
PROFORMA OF SCHEDULES
Item
Name of Manufacturers
2.
3.
Havells.
4.
5.
6.
DWC Pipe
7.
GI Pipe
8.
Modular switch, socket / Telephone socket Legrand / M.K. / Anchor / Havells /Crabtree
No.
1.
/ABB/Panasonic.
Cat-6Cable
Legrand/Awaya/Cisco.
10.
11.
12.
MCB / Timer
13.
Ammeter / Voltmeter
14.
15.
16.
Indicating Lamps
17.
Energy Meter.
C
I
O
NIL
AE(P)
EE(P)
Page 162
PROFORMA OF SCHEDULES
18.
Ceiling fan.
19.
Exhaust fan.
Alosthom/Crompton/GE
20.
/ Havells.
fittings.
21.
22.
23.
Paints
24
25
Bajaj/Volmont/Transrail
26
Philips/wipro/Crompton
27
Call Bell
Anchor-Roma/Panasonic/Legrand/Emperor
28
Anchor-Roma/Panasonic/Emperor/Legrand
C
I
O
NIL
AE(P)
EE(P)
Page 163
PROFORMA OF SCHEDULES
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
15
1069.00
Pt.
16,035.00
233.00
Mtr
9,32,000.00
C
I
O
NIL
AE(P)
EE(P)
Page 164
PROFORMA OF SCHEDULES
359.00
Mtr
5,56,450.00
a)
175.00
Mtr
4,90,000.00
700
237.00
Mtr
1,65,900.00
700
315.00
Mtr
2,20,500.00
250
509.00
Mtr
1,27,250.00
250
803.00
Mtr
2,00,750.00
150
1177.00
Mtr
1,76,550.00
218
395.00 Each
86,110.00
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
152
660.00 Each
1,00,320.00
134
460.00 Each
61,640.00
39
550.00 Each
21,450.00
87
850.00 Each
73,950.00
120
520.00 Each
62,400.00
61
1825.00 Each
1,11,325.00
266
1700.00 Each
4,52,200.00
C
I
O
NIL
AE(P)
EE(P)
Page 166
PROFORMA OF SCHEDULES
10
20
Supplying
and
fixing
polycarbonate/Brass Batton angle
holder complete with 13/15w retrofit
CFL lamp including connections etc
as required.
19
25
Each
20,300.00
Each
3,686.00
Each
26,525.00
1015.00
194.00
1061.00
11
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
252
591.00 Each
1,48,932.00
1670.00 Each
5,010.00
13
C
I
O
NIL
AE(P)
EE(P)
Page 167
PROFORMA OF SCHEDULES
14
15
16
58
3342.00 Each
1,93,836.00
61
313.00 Each
19,093.00
28
240.00 Each
6,720.00
17
a)
2 pair
18
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
300
28.00
Mtr
8,400.00
C
I
O
NIL
AE(P)
EE(P)
Page 168
PROFORMA OF SCHEDULES
20
21
a)
75 mm X 75 mm X 60 mm deep
22
a)
400
33.00
13,200.00
Mtr
75
89.00 Each
6,675.00
59
95.00 Each
5,605.00
b)
16
94.00 Each
1,504.00
23
a)
1 or 2 Module (75mmX75mm)
75
166.00 Each
12,450.00
24
52
1549.00 Each
80,548.00
785.00 Each
3,140.00
25
C
I
O
NIL
AE(P)
EE(P)
Page 169
PROFORMA OF SCHEDULES
1,68,868.00
14 12062.00 Each
a)
4478.00 Each
8,956.00
b)
5641.00 Each
11,282.00
d)
13
5641.00 Each
73,333.00
a)
8616.00 Each
17,232.00
NIL
AE(P)
EE(P)
Page 170
PROFORMA OF SCHEDULES
6 way ETPN
door
7357.00 Each
29,428.00
a)
18
7270.00 Each
1,30,860.00
b)
14
2377.00 Each
33,278.00
c)
340
169.00 Each
57,460.00
d)
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)
3 13999.00
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
32 Amps,
(Outgoing)
10
KA,
SPN
MCB
825.00 Each
7,425.00
35
564.00 Each
19,740.00
SH:-IV (Earthings)
1
56
4490.00
Set
2,51,440.00
300
142.00
Mtr.
42,600.00
33
369.00
Set
12,177.00
825
68.00
Mtr
56,100.00
210
98.00
Mtr
20,580.00
33
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
a)
65 mm dia
60
698.00
Mtr
41,880.00
b)
50 mm dia
10
567.00
Mtr
5,670.00
50 19838.00 Each
9,91,900.00
50
4,93,750.00
C
I
O
9875.00 Each
NIL
AE(P)
EE(P)
Page 173
PROFORMA OF SCHEDULES
1,80,804.00
12 15067.00 Sqm
a)
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)
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
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
23.00
Mtr
73,600.00
36
39,852.00
1107.00 Each
a)
50 mm outer dia(NS)
2500
123.00
Mtr
3,07,500.00
b)
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
DOWN LIGHTER
(RECTANGULAR/SQUARE
TYPE)15W Incl. Stair case
26/36 wt Downlighter
MIRROR LIGHT
POLYCARBONATE HOLDER
ExhaustFan
Call bell
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
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
Telephone outlet
T.V Outlet
Electrical panel
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
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
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
14
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
T.V Outlet
Telephone outlet
BULKHEAD FITTING
POLYCARBONATE HOLDER
MIRROR LIGHT
Twin Control
Total pt.
Ex fan pt.
Fan pt.
GROUND
FLOOR
FIRST
FLOOR
SECOND
FLOOR
TOTAL
DOWN LIGHTER (RECTANGULAR/SQUARE TYPE)
15W
2
1-LEVEL
LT pt.
Location
S.N.
PROFORMA OF SCHEDULES
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
Telephone Point
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
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
Telephone Point
Call bell
Total pt.
Ex. Fan
Fan pt.
LT pt.
Location
S.N.
PROFORMA OF SCHEDULES
23
30
1
PROFORMA OF SCHEDULES
8
Pioneer store
Ramp
47
16
6
18
70
11
11
6
26
15
18
30
10
Staircase (T.C.)
F/F
Misc store
11
12
21
12
Corridor
Tentage store
16
Railing
14
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)
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
Twin Control
Total 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.
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
11
10
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
15
12
ECG room
13
Dark room
14
X-ray room
15
Dispensary
16
Pharmacist
17
ENTRY UP
18
Ramp
10
10
72
16
100
A
1
F/F
2
3
Laboratory
Mahila Ward with
Toilet
Store
Labour room
4
5
6
7
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
10
11
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
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)