Sunteți pe pagina 1din 40

APPLICATION FOR PARTICIPATION IN TENDER

FROM
Name : Place :
Address : Date :

To
Executive Engineer (C),
BSNL Civil Division, Vijayawada.

Subject: Submission of documents for participating in “E-tendering/ Tendering” for the work of
“Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi Colony for
accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA.”, invited vide
NIT No. 28/BSNL-CDV/2011 -12/616
Reference: NIT seen on (Place) ……………… ……….. (Form) ……………. (Date) …………………

Sir,
1. I / We am/ are registered with P&T/ DoT (Civil wing)/ DTS/ BSNL Civil Wing as Class …
…… … … … … …… …… Contractor (s) and my/ our registration number is …… …………
…… …… …… …… ……… ……… It is certified that the said registration is valid up to and
including the date ………………………….
2. I / We am/ are not registered with P&T/ DoT (Civil wing)/ DTS/ BSNL Civil Wing.

3. I / We am/ are registered with Public works organizations like CPWD/ MES/ DoP/ State R&B
Deptt./ Railways only. Class and tendered amount/ limit up to which I/We am/are eligible to
tender are furnished below:
Authority Class Tendering Limit

4. It is certified that this registration/ these registrations is/ are valid as on date and I/ We shall
inform the department myself/ ourselves as soon as my/ our registration expires or is cancelled/
revoked.
5. I/We am/are Specialised Agency/ Sole Applicant/ Partnership Firm/ Company/ Power of
Attorney holder
(a) In case of Partnership firm the attested copy of the partnership deed is attached herewith.
(b) In case of company attested copies of memorandum of articles of associations is attached
herewith.
(c) In case of Power of Attorney holder attested copies of power of attorney duly registered in
court is attached herewith.
6. It is certified that I/we have personally seen, read, understood and accept (unconditionally) all
the provisions and instructions made in “NIT Part –I” and “NIT Part – II (available in division
office)”.

1
7. The particulars of satisfactory and timely completion of similar work done are enclosed and the
following 3 (Three) nos. of work completion certificates are submitted with respect to this NIT
in order to establish my/our eligibility for participation in tender, as per requirement of NIT.

S. No. Name of work & Agreement No. Amount of work done Date of Issuing authority
completion

8. The particulars of works in hand (in progress) with me/ us are enclosed in prescribed form ‘A’.
9. I/We will produce original documents of all the attested copies submitted herewith whenever
required by the department.
10. The declaration in respect of para 14 of BSNLW-6 is hereby given, which will become part of
the agreement.
“I . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . son of Shri . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
do hereby certify that none of my relative(s) as defined in the tender document is / are employed in
BSNL unit as per details given in the tender document. In case at any stage it is found that the
information given by me is false / incorrect, BSNL shall have the absolute right to take any action as
deemed fit without any prior intimation to me / us.
In case at any stage, it is found that the information given by me is false / incorrect, BSNL
shall have the absolute right to take any action including termination of contract as deemed fit
without any prior intimation.”
The near relatives for this purpose are defined as:
a) Members of a Hindu Undivided family,
b) Husband, wife
c) The one is related to the other in the manner as father, mother, son(s) and son’s wife (daughter-in-
law) Daughter(s) and daughter’s husband (son-in-law), brother(s) and brother’s wife, sister(s) and
sister’s husband (brother-in-law).
11. I/We do hereby solemnly declare that I/We shall abide by all rules/ conditions/ provisions of E.
P. F. and Misc. Provisions Act 1952 & Employees Provident Fund Scheme 1952. In case of any
default or failure to comply with the above, the sole responsibility shall be mine/ ours.
I / We will produce the following documents with my each works payment bill for effecting
payments:-
i) List showing the details of labourers/ employees engaged,
ii) Duration of their engagement,
iii) The amount of wages paid to such labourers/ employees for the duration in question,
iv) Amount of E.P.F contributions (both employer’s & employee’s contribution) for the
duration of engagement in question, paid to the E.P.F. Authorities,
v) Copies of authenticated documents of payments of such contribution to E.P.F. Authorities
and,
vi) A declaration regarding compliance of the conditions of E. P. F. and Misc. Provisions Act
1952 & Employees Provident Fund Scheme 1952.
12. I/We hereby enclose cost of tender form (non-refundable) in the form of Cash*/DD/ Bankers’
cheque of a Nationalized bank / Scheduled bank (Guaranteed by R.B.I) bearing number ……

2
……….. date … …… …… .. in the name of Account officer, BSNL Civil Division,
Vijayawada payable at Vijayawada for Rs …… …. ….. ….. …. …… …….. ……… ……….
……… ……….. … only.
*Submission of tender cost in form of Cash is not allowed for “e-tenders”. It has to be
submitted in form of DD/Bankers cheque in appropriate envelopes.
13. I/We hereby enclose EMD in the form of Deposit at Call Receipt / Demand draft / Fixed deposit
receipt issued by a Nationalized bank / Scheduled bank (Guaranteed by R.B.I) bearing number
…… ……… ……… date … …….. ………. …….. in the name of Accounts officer, BSNL
Civil Division, Vijayawada payable at Vijayawada for Rs .. …… …….. ……. …. only.
14. I am/we are enclosing … …… ……… numbers of sheets including attested copies of
documents listed above along with my /our application.
15. I/We request that permission may be granted to me/us for participating in tender. Declaration
regarding downloaded tender documents is given in form ‘B’ (If applicable).
16. All the above information furnished by me is correct and true to my/ our knowledge and belief.
I/we have neither suppressed nor concealed any information herein above which is having or
may have bearing up on my becoming non-eligible to tender for above work. If it is found at
any stage that I/ We have misrepresented the facts or submitted any false, forged or wrong
documents, I/We understand that the tender / work may be cancelled and Earnest Money/
Security Deposit is liable to be forfeited and I / We may also be debarred from further
participation in the tenders in BSNL, and are liable to be removed from the approved list of
contractors of BSNL.

Yours’ faithfully

Dated …………

(CONTRACTOR)
(Signed with seal)

Name .... ........ ......... .........

Address ..... ........ ......... .......


…..... ....... ......... ...... ......... ........ .....
…….. …… …. ...... ....... ....... .......
…….. …… ….. … ….. ….. ......

Phone Nos. .......................

E-mail - ...............................

3
Form “A”
LIST OF WORKS IN HAND
(Enclose separate sheet if required)

Name of work Name and particulars Value of work Position of work Remarks
of division where in progress
work is being
executed
1 2 3 4 5

Yours’ faithfully

..............
Dated ……………… Signature of Contractor

4
Form “B”
DECLARATION
(To be given by the tenderers who have downloaded the tender document from the website)

It is certified that

1) I / We have submitted the tender documents that are identical to the document available on the
website and are downloaded directly from the website including subsequent corrigendum/s, if any.
2) The tender document is printed on good quality paper and all the pages are clear & legible and there
is no change in formatting, number of pages etc from the document appearing on website. I / We
have checked that no page is missing and all pages as per the index are available.
3) I / We have not made any modification / corrections / additions etc. in the tender documents
downloaded from website by me / us.
4) I / We have signed (with seal) all the pages of the tender document and I / We have checked that the
tender document is properly bound and sealed before submitting the same.
5) I have read carefully and understood the important instructions to all tenderers and to tenderers who
have downloaded the tender from the web.

If it is found at any stage that the tender document submitted by me/us is different from the document
available on website, I/We understand that
1) BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to
me / us.
2) The tender / work may be cancelled and Earnest Money/ Security Deposit forfeited. BSNL will not
pay any damages to me / us on this account.
3) I / We may also be debarred from further participation in the tenders in BSNL, and are liable to be
removed from the approved list of contractors of BSNL.

Dated ………………………

(CONTRACTOR)
(SIGN WITH SEAL)

5
TENDER DOCUMENT
(NIT – Part 1)
FOR

THE WORK OF

“Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi


Colony for accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at
VIJAYAWADA.”

NIT No: 28/BSNL-CDV/2011-12/ 616


This Tender document contains 35 printed pages including this cover.

Name of Contractor: ________________________________________

Date of Application and Receipt: ________________________________________

Tender issued on: ________________________________________

Cost of tender: 573/- (Rupees Five hundred and seventy three only)
(Including sales tax (Non refundable)

Date of submission: 08.06.2011(Up to 1500 hrs

Date of opening: 08.06.2011at 1530 hrs

EXECUTIVE ENGINEER (C)


BSNL CIVIL DIVISION, VIJAYAWADA.

1
Name of work: Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi
Colony for accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA.

INDEX
SL. PAGES
DETAILS
NO. FROM TO
1) Cover Page 1 1

2) Index 2 2

3) General Instructions 3 3

4) Directives to tenderers 4 4
5) Important instructions to all tenderers 5 6

6) BSNL W-6 7 10

7) BSNL W-7/8 (Abridged form) 11 12

8) General Rules and Directions 13 14

9) Proforma of Schedules 15 18

10) Schedule D (Additional specifications and Conditions) 19 27

11) Application for Conciliation 28 28

12) Application for Appointment of Arbitrator 29 29

13) Schedule of Quantity (Schedule A) 30 35

EXECUTIVE ENGINEER (C)


BSNL CIVIL DIVISION, VIJAYAWADA.

2
GENERAL INSTRUCTIONS

1. The entire work shall in general confirm to the C.P.W.D. Specifications, 1996 Volume-I to
VI and Revised CPWD specifications 2002 for cement Mortar, cement concrete and
R.C.C. works with up to date Correction slips if any (upto the date of opening of tender) ,
Additional & Particular Specifications. and description in the Schedule of Quantities,
additional conditions, special conditions, additional specifications, latest relevant Bureau of
Indian Standard codes and the drawings.

2. All the above quoted documents shall be considered complementary to each other.
However in case of conflict among the various provisions, the following order of
precedence shall be followed.
a) Provision in nomenclature of item in schedule of quantities (Schedule A), including
drawings, if any mentioned therein
b) Special Conditions
c) Additional Conditions
d) Additional specifications
e) C.P.W.D. Specifications
f) Latest relevant BIS codes
g) Drawings of the work not specifically mentioned in the nomenclature of the item
h) The decision of the Engineer-in-charge given in writing based on sound engineering
practice and local usage shall be final and binding on the contractor.

3. Wherever “C.P.W.D. Specifications” is referred to in the tender documents, it shall mean


C.P.W.D. Specifications for works 1996 (Volume I to Volume VI) with all up to date
correction slips as on the date of opening of the tenders”.
4. Wherever any reference to any Indian Standard Specifications (B.I.S.) occurs in the
documents relating to this contract, the same shall be inclusive of all up to date
amendments or revisions.
5. Wherever “D.S.R” is referred to in the tender documents, it shall mean “C.P.W.D. Delhi
Schedule of Rates 2007 with all up to date correction slips as on the date of opening of
tenders with Contractor Profits and over heads 10%.
6. The work shall be executed and measure as per Metric Dimensions given in the Schedule
of quantities, drawings etc., (F.P.S. units wherever indicated are for guidance only)”.

CONTRACTOR EXECUTIVE ENGINEER

3
DIRECTIVES TO TENDERERS FOR F ILL ING UP TENDER FO RM

Please go through the directives carefully. Any lapse / departure may lead to :
i) Rejection of your tender and / or
ii) Forfeiture of your earnest money / and or
iii) Cancellation of your registration and / or
iv) Debarring you from future tenders.
1. Please fill up the entire tender with one pen only.
2. If the ink pen blotts on the schedule of quantities, please use dot pen only for the entire tender paper
3. You must sign in full with date on all pages of this tender document.
4. (a) Tendered rate against each items should very clearly and legibly written in unambiguous manner.
(b) Tendered rate against each item should be quoted both in words and in Rupees ending with “ONLY” and
if figures in Rupees ending “=00”.
Example : Rupees Six only
Rupees 6.00
If some paise is also to be quoted, it should be quoted like Rupees four and paise fifty only in words and
Rupees “4.50” in figures.
(c) No abnormal gap should be left any where while writing either in figure or words.
Example : (1) Rupees × 60.00
(2) Rupees sixty × only
(3) Rupees × Eighty × six × only
(d) While quoting in figures should start as closely as possible.
5. Amount against each item should be work out.
6. Total amount of each page of schedule should be calculated and brought forward to next page. Lastly grant
total of the whole schedule be shown at the end of schedule both in words and figures.
7. Each page of the schedule should be signed in full with date.
8. Mode and amount of earnest money deposit should be mentioned at the end of schedule.

9. As per “General Conditions of Contract” for Civil works 2006, the rate not quoted for any item will be
treated as “ZERO”.

Additional directions:
1. The book of “General Conditions of Contract” is applicable to both types of tenders i.e. “Percentage rate
tenders and item rate tenders”. Accordingly alternative provisions for condition Nos.4, 10 & 12 of the
General Rules and Directions are given in this book. The appropriate alternatives will be applicable in
specific cases depending on whether this is used for percentage rate tender (BSNL W-7) or item rate tender
(BSNL W-8).
2. BSNL W-6, abridged form BSNL W-7/8, Schedules A to F, special conditions / specifications and drawings
will be issued to intending bidders only. The standard form will not be issued along with the Tender
Documents but the same shall form part of the agreement to be drawn and signed by the both parties after
acceptance of tender.
3. All blanks are confined to Notice Inviting Tender (BSNL W-6) and Schedules A to F.
4. The intending bidders will quote their rates in schedule A.
5. The proforma for registers and schedules A to F are only for information and guidance. These are not to be
filled in the Standard Form. The Schedule with all blanks, duly filled, shall be separately issued to all
intending tenderers.
It is to certify that I have read the above directives and fully understood the
requirements and filling instructions.

Signature of contractor
Telephone number Office: - Name of contractor: -…………………………….
Place & Date Complete Address: -

4
IMPORTANT INSTRUCTIONS TO ALL TENDERERS
01. The tenderers should read carefully & understand all the Conditions for the contract, Schedule of
quantity etc attached with the tender document before actually quoting for the work.
02. The tenderers who have downloaded the tender document from the website should ensure that
(i) The complete tender document including subsequent corrigendum/s if any has been down loaded
and no page in the down loaded tender document is missing. Corrections/ modifications if any
published subsequently in website are taken into account while submitting the tender. Tender
document not accompanied by published corrigendum/s is liable to be rejected.
(ii) The printout of tender document is taken on suitable good quality paper & the printer settings etc
are such that document is printed exactly as appearing in the website & there is no change in
formatting, number of pages etc. and that all pages are legible & clear. No superfluous and un-
intended material such as cookies/ pop-ups shall form as part of the tender document downloaded.
Submission of photocopy of tender document is prohibited.
(iii) The tender document is downloaded well in advance and submitted before the stipulated time.
BSNL will not be responsible for any postal delays / delay in downloading of tender document
from the internet.
(iv) The name of the tenderer is filled at relevant places in tender document and every page of the
downloaded tender document is signed by tenderer with seal.
(v) The down loaded tender document is properly bound and wax sealed before submitting the same.
The loose / spiral bound tenders, not properly sealed shall be liable for rejection.
(vi) No addition/ deletion/corrections have been made in the tender document submitted and it is
identical to the tender document appearing on Website. In case any
correction/addition/alteration/omissions are noticed in the tender document, it shall be treated as
non-responsive and shall be rejected.
(vii) The declaration regarding downloaded tenders is signed and submitted along with application.
03. Submission of tender:
Tender shall be submitted in the following manner:
In the case the tender document is downloaded from BSNL Website, Application and Earnest money
plus cost of tender and eligibility credentials” shall be placed in sealed envelope-1 marked “Application
and Earnest Money plus cost of tender and eligibility credentials”.
In the case the tender document is purchased from Division/ Sub-division office, Application and Proof
of paying the cost of tender documents, EMD and copies of documents showing eligibility credentials to
be placed in sealed envelope 1.
The “Tender” shall be placed in sealed envelope-2 marked as “Tender”.
The sealed envelope 1 & 2 as above containing “Earnest money plus cost of tender and eligibility
credentials” and the “Tender” shall be placed in another sealed envelope-3.
All the three envelopes shall be superscripted with the following data on it.
(i) Name of the work
(ii) Name of the tenderer
(iii) Last date of receipt of tender
04. Any tender in which any of the prescribed conditions is not fulfilled or any conditions including that of
conditional rebates is put forth by the tenderer shall be summarily rejected.

5
05. Near relatives of the BSNL employees shall not be permitted to tender and all the intending
tenderers will have to give a certificate along with application that none of his / her near relatives as
defined in para 14 of BSNL W-6.
06. The rates quoted shall include all taxes, royalty, seigniorage charges that are applicable from time to
time as per statutory rules of State / Central Government.
07. The rates shall invariably be written in figures and words and amount for each item worked out and
filled in the schedule. All corrections made while filling shall be signed and seal affixed.
08. The tenderer should ensure that every page of the tender document is signed by tenderer with stamp
(seal).
09. It is essential for all tenderers to submit, along with application, the list of works in hand in
prescribed proforma at Sl. No. 20 of General Rules and Directions.

Sd/-
CONTRACTOR EXECUTIVE ENGINEER(C)

6
B S N L. W – 6
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)

NOTICE INVITING TENDER

1.0 Sealed item rate tenders are invited on behalf of the BHARAT SANCHAR NIGAM LIMITED (A Government of India
Enterprise) from approved and eligible contractors of BSNL, DOT,CPWD,State PWD(B & R),DOP,MES and Railways for
the work of: “Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi Colony
for accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA..”
1.1 The work is estimated to Cost Rs. 181556(Rupees One lakh eighty one thousand five hundred fifty six only).
1.2 Tenders will be issued to eligible contractors provided they produce proof of their valid enlistment with appropriate authority.
1.2.1 Criteria of eligibility for issue of tender documents for non- BSNL registered contractors of Public works Organizations
like CPWD/ State PWD(B & R)/ DOP/ MES/ Railways only
1.2.1.1 For works up to Rs 7.00 lakhs –NIL
1.2.1.2 For works above 7.00 lakhs and upto Rs. 5.0 Crores, the applicant should have completed works as per details below
during the last seven years ending last day of the month previous to the one in which tenders are invited.
a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost
or
b) Two similar completed works costing not less than the amount equal to 50% of the estimated cost
or
c) One similar completed work costing not less than the amount equal to 80% of the estimated cost.
1.2.2 Criteria for specialized works irrespective of its cost, (For all contractors, BSNL or others) the applicant should have
completed works as per details given at 1.2.1.2 above.
‘Similar works' means Buildings with RCC foundation or RCC works or Towers with foundation,
with or without erection executed for Central/State government/ Public Sector undertakings.
( NOTE: The rounding off of the percentage of the estimated cost of work in respect of work experience,
will be considered to the next multiple of rupees one thousand ).
2.0 Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL W-8, amended up to correction slip
no.3 which is available as a BSNL Publication/ BSNL Website www.ap.bsnl.co.in. Tenderer shall quote his rates as per
various terms and conditions of the said form, (In case “Tender Documents” are downloaded from the BSNL Website in
which rates are to be quoted should be properly bound and sealed) which will form part of the agreement.
3.0 The time allowed for carrying out the work will be 45 days from the Seventh day after the date of issue of letter of award of
work, or from the first day of handing over of the site, whichever is later, in accordance with phasing, if any, indicated in the
Tender Document.
4.0 The site for the work shall be made available,OR
The site for the work shall be made available in parts as specified 4.1.
4.1 The tentative list of site where tower foundations are to be executed is as follows. However, the final site of
tower will be intimated at the time of issuing the work order.
1. Gandhi colony, Vijayawada
The exact places /locations for Tower sites can be changed within the Krishna district. The final site of tower
will be intimated at the time of issue of work order. Th e Ag en c y m a y b e a s ked fo r a lt er nat e s i t e to
p ro ce ed if so req ui r ed wi th th e s ame a gr e eme nt ra t es
5.0 The last date of receipt of applications for issue of tender forms (in prescribed format/ can also be downloaded from BSNL
Website www.ap.bsnl.co.in) and date of issue of tender forms will be as follows:
i) Last date of receipt of application 06.06.2011upto 16.00 hours
ii) Last date of issue of tender forms 07.06.2011
6.0 Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done
and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and
other necessary documents, can either be downloaded from the BSNL website www.ap.bsnl.co.in or be seen in the office of

7
the Executive Engineer (C), BSNL Civil Division, Vijayawada between 11.00 hours. & 16.00 hours from 01.06.2011to
07.06.2011 everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued
from his office, during the hours specified above on payment of the following:
i) 573/- (Rupees Five hundred and seventy three only)(Inclusive of sales tax) as cost of tender (Non-refundable) in the form
of deposit at Call receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of “Accounts Officer,
BSNL Civil Division, Vijayawada” payable at Vijayawada and
ii) Earnest money of Rs. 3640/- ( Rs Three thousand six hundred forty only )n the form of deposit at Call receipt of a
scheduled bank/ fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of
“Accounts Officer, BSNL Civil Division, Vijayawada” payable at Vijayawada. When amount of earnest money is more
than Rs 5 lakhs, part of the earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum 50%
of earnest money ( but not less than Rs 5 lakhs) or Rs 25 lakh, whichever is less, will have to be deposited in the shape
prescribed above. For balance amount of earnest money, bank guarantee will also be acceptable.
iii) The tender shall be accompanied by Earnest Money along with cost of tender, if not paid earlier as in the case of down
loaded tender from Website in the form as detailed at sub para ii) above.
Note: Money due to contractor in any other work or Earnest Money of the previous call of the same work shall not
be adjusted towards earnest money.
7.0 Tenders, which should always be placed in sealed envelope, in the manner detailed at para 9 below, will be received by the
Executive Engineer (C), BSNL Civil Division, Vijayawada up to 15:00 Hrs. on 08.06.2011and will be opened by him or his
authorized representative in his office on the same day at 15:30 Hrs. After opening main envelope 3, the envelope 1
containing the Earnest Money along with the cost of the tender as applicable and eligibility credentials shall be
opened first. The envelope 2 containing the tender shall be opened only for those tenderers whose Earnest Money,
cost of tender and eligibility is found in order. The unopened tenders shall be returned to the tenderers after the
final decision on the tender is reached.
8.0 The description of the work is as follows:
“Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi Colony for
accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA..”
9.0 Submission of tender:
Tender shall be submitted in the following manner:
9.1 In the case the tender document is downloaded from BSNL Website
9.1.1 “ Earnest money plus cost of tender and eligibility credentials” shall be placed in sealed envelope-1 marked “Earnest
Money plus cost of tender and eligibility credentials”.
9.1.2 The “Tender” shall be placed in sealed envelope-2 and will be superscripted as “Tender”.
9.1.3 The sealed envelope 1 & 2 as above containing “ Earnest money plus cost of tender, eligibility credentials” and the
“Tender” shall be placed in another sealed envelope-3.
9.1.4 All the three envelopes shall be superscripted with the following data on it.
(i) Name of the work
(ii) Name of the tenderer
(iii) Last date of receipt of tender
9.2 In the case the tender document is purchased from Division/ Sub-division office
9.2.1 Proof of paying the cost of tender documents, Earnest Money or proof of payment of EMD and copies of documents
showing eligibility credentials to be placed in sealed envelope no. 1.
9.2.2: Envelope no.2 will be as per para 9.1.2.
9.2.3 The sealed envelopes 1& 2 shall be placed in another sealed envelope no. 3
9.2.4 Same as 9.1.4
Note: In case the eligibility credentials are not found in order at any stage i.e. before award of work or during execution
of the work or after completion of the work, the contractor will be debarred from tendering in BSNL for three
years including any other action under the contract or existing law.
9.3 The tender in which rates are to be quoted should be properly bound and sealed. Loose/spiral bound submission (in case
the tender is down loaded from website) shall be rejected out rightly. In case of any correction/ addition/ alteration/ omission

8
in tender document vis-à-vis tender document available on website shall be treated as non-responsive and shall be
summarily rejected.
10. 0 Copies of other drawings and documents pertaining to the work will be open for inspection by the tenderers at the office of
the above-mentioned officer.
10.1 Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their
tenders 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 tender. A tenderer shall be deemed to
have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall be allowed. The tenderer 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 required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of tender by a tenderer 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 plants etc., will be issued to him by the BSNL and local
conditions and other factors having a bearing on the execution of the work.
11. The competent authority on behalf of BHARAT SANCHAR NIGAM LIMITED does not bind himself to accept the lowest or
any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of
any reason. All tenders, in which any of the prescribed conditions is not fulfilled or, any condition including that of conditional
rebate is put forth by the tenderer, shall be summarily rejected.
12. Canvassing whether directly or indirectly, in connection with tenders, is strictly prohibited and the tenders, submitted by the
contractors, who resort to canvassing, will be liable to rejection.
13. The competent authority on behalf of BHARAT SANCHAR NIGAM LIMITED reserves with himself the right of accepting the
whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.
14. The company or firm or any other person shall not be permitted to tender for works in BSNL Civil Zone in which his near
relative (s) (directly recruited or on deputation in BSNL) is/are posted in any capacity either non-executive or executive
employee. Near relative (s) for this purpose is/are defined as:
(i) Member of Hindu Undivided family (HUF).
(ii) They are Husband and Wife.
(iii) The one is related to other in the manner as father, mother, son(s) & Son’s wife (daughter-in-law), Daughter(s),
Daughter’s husband (son-in-law), brother(s), brother’s wife, sister(s), sister’s husband (brother-in-law).
14.1 The contractor 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 relative to any executive employee/ gazetted officer in the BSNL or Department of
Telecom or in the Ministry of Communications.
14.2 All the intending tenderers will have to give a certificate that none of his/her such near relative (s) as defined above is/are
working in the concerned BSNL Civil Zone where he is going to apply for tender/work. The format of the certificate is to
be given as:
“I, ……………………. S/o Shri ………… ………… …………… resident of …………… hereby certify that none of my relative
(s) as defined above is/are employed in concerned BSNL Civil Zone. In case at any stage, it is found that the information
given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit without any prior
intimation to me”.
14.3 The certificate in case of Proprietorship Firm shall be given by the proprietor; for Partnership Firm certificate shall be given
by all partners and in case of Limited Company, by all Directors of the company. However, Government of India/Financial
Institutions nominees and independent non-official part-time Directors appointed by Govt. of India or the Governor of the
State are excluded from the purview of submission of this certificate while submitting tenders by Limited Companies.
Any breach of these conditions by the Company or Firm or any other person, the tender/work will be cancelled and Earnest
Money/ Security Deposit will be forfeited at any stage, whenever it is so noticed. The BSNL will not pay any damages to the
company or Firm or the concerned person. The Company or Firm or the person will also be debarred for further participation
in the tender in the concerned BSNL Civil Zone. Further, any breach of this condition by the tenderer would also render him
liable to be removed from the approved list of contractors of BSNL. If however the contractor is registered in any other
Department he shall also be debarred from tendering in BSNL for any breach of this condition.
15. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering
Department of the Government of India, State Government or PSU’s is allowed to work as a contractor for a period of one
years after his retirement from Government service, without previous permission of the Government of India / BSNL in

9
writing. This contract is liable to be cancelled if either the contractor or any of his employee is found any time to be such a
person who had not obtained the permission of the Government of India / State Government or PSU’s aforesaid before
submission of the tender or engagement in the contractor’s service.
16. The tender for the work shall remain open for acceptance for a period of 60 (Sixty) days from the date of opening of the
tenders. If, any tenderer withdraws his tender before the said period or issue of letter of acceptance / intent whichever is
earlier, or, makes any modifications in the terms and conditions of the tender which are not acceptable to BSNL, then BSNL
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
17. In case of works having estimated to cost below Rs.15,00,000/-, the successful tenderer shall be required to execute an
agreement with the Engineer-in-charge in the proforma annexed to the tenders document, within 15 days of issue of letter of
award by BSNL. In the event of failure on part of the successful tenderer to sign the agreement, the Earnest money will be
forfeited and the tender cancelled.
In case of works estimated to cost Rs. 15,00,000/- and above, the successful tenderer shall, upon issue of letter of
acceptance of Tender, shall be required to furnish performance guarantee @ 5% of the tendered value in the form of
irrevocable Bank Guarantee of requisite amount to the Engineer-in-charge in the proforma annexed to the tender
document, within 15 days of the issue of letter of acceptance of Tender by the BSNL. In the event of failure on the part of the
successful tenderer to furnish the Bank Guarantee within 15 days, the earnest money will be forfeited and tender cancelled.
18 This notice inviting tender (BSNL W-6) shall form a part of the Contract Document. In accordance with clause-1 of the
contract, the letter of acceptance shall be issued first in favour of the successful tendererer / contractor. After submission of
the performance guarantee, the letter of award shall be issued. The contract shall be deemed to have come in to effect on
issue of letter of acceptance of the tender. On issue of letter of award, the successful tenderer/ contractor shall, within 30 days
from such date, formally sign the agreement consisting of: -
a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any,
forming part of the tender and as issued at the time of invitation of tender and acceptance thereof together with any
correspondence leading thereto.
b) Standard BSNL W-8 amended up to correction slip no.3 as on website www.ap.bsnl.co.in.
c) Agreement signed on non-judicial stamp paper as per proforma annexed to BSNL W-8.
19. Payment to the contractors shall be made through e-payment system like ECS & EFT as detailed below:
(a) In cities / areas where ECS/EFT facility is provided by Banks, the tenderer must have Account in such ECS/EFT facility
providing Banks and that Bank A/c No. shall be quoted in the tender by the tenderer.
(b) The cost of ECS/EFT will be borne by BSNL in all cases where the payment to contractor is made in a local Branch i.e.
tenderer is having bank account in the same place from where the payment is made by BSNL unit.
(c) In case payment is made to outside branch i.e. tenderer is having bank account not in the same place form where the
payment is made by BSNL unit, the crediting cost will have to be borne by the tenderer only.
(d) The payment to contractors will compulsorily be made through ECS/ EFT in respect of all contracts where the value of
the contract is more than Rs. 10 lakhs.
20. First running account bill shall be paid only after
(a) signing of the Agreement / Contract by both the parties, and
(b) progress chart has been prepared as required under Clause 5 and approved by the competent authority.
21. If a contractor after purchasing the tender does not quote consecutively on three occasions, the contractor may be debarred
for further purchase of tenders for a period of six months.
22. General conditions of contract for works amended up to correction slip no.3 in BHARAT SANCHAR NIGAM LIMITED are
available on website: www.ap.bsnl.co.in as well as in the Divisional / Sub Divisional office.
23. The tenderer shall furnish a declaration to this effect (In case of downloaded tender) that no addition / deletion / correction
have been made in the tender document submitted and it is identical to the tender document appearing on website. Every
page of downloaded tender shall be signed by the tenderer with stamp (seal) of his firm / organisation.

Signature and Name of the

Executive Engineer © / Sub-Divisional Engineer©


For & on behalf of the Bharat Sanchar Nigam Limited

10
B S N L. W – 8
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
STATE: Andhra Pradesh CIRCLE: BSNL Civil Circle, Vijayawada
DIVISION : BSNL Civil Division, Vijayawada
ZONE: A.P. Zone SUB-DIVISION: Krishna

Item Rate Tender & Contract for Works


(A) Tender for the work of: “Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi
Colony for accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA..”
(i) To be submitted by 15:00 hours on 08.06.2011 to Executive Engineer (C), BSNL Civil Division, Vijayawada.
(ii) To be opened in presence of tenderers who may be present at 15:30 hours on 08.06.2011 in the office of
Executive Engineer, BSNL Civil Division No, Vijayawada.
Issued to: __________________________________________ (Contractor)
Signature of officer issuing the documents: ……………………………………………..
Designation: Executive Engineer (C), BSNL Civil Division, Vijayawada
Date of Issue: ………………………………………………….

TENDER
I / We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, specifications applicable,
Drawings & Design, 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 BHARAT SANCHAR NIGAM LIMITED 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 the contract and such materials as are provided for, by and in respect in accordance with, such conditions
so far as applicable.
I / We agree to keep the tender open for 60 Days from the due date of submission thereof and not to make any
modifications in its terms and conditions. If I / We (tenderer) withdraw My/ Our tender before the said period or issue of
letter of acceptance / intent, whichever is earlier, or, makes any modifications in the terms and conditions of the tender
which are not acceptable to the BSNL, then the BSNL shall, without prejudice to any other right or remedy, be at liberty
to forfeit 50% of the said earnest money as aforesaid.
A sum of Rs. 3640/- (Rupees Three thousand six hundred forty only) has been deposited in the form of Demand
draft / Bankers Cheque / Deposit at Call Receipt of a Scheduled Bank as earnest money. If I / We fail to commence the
work specified, I/We agree that the said BHARAT SANCHAR NIGAM LIMITED shall without prejudice to any other right
or remedy, be at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained
by competent authority on behalf of the BSNL 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 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.
I / We agree that, in case of works of estimated cost exceeding Rs. 15,00,000/-, to deposit an amount equal to 5% of
Tendered value of the work as performance guarantee in the form of bond of any Scheduled Bank of India in
accordance with the proforma prescribed or in the form of Fixed Deposit Receipt etc., within 15 days of the issue of
letter of acceptance of Tender by the BSNL. I / We am/are aware that in the event of failure on my/our part to furnish
the Bank Guarantee within 15 days, the earnest money will be forfeited and tender cancelled.

11
I / We hereby intimate that for receiving payments I/We have an account in ____________ Bank with account
No.______________________ where the ECS/EFT facility of e-payment is available.
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 authorised to communicate the same or use the information in any manner prejudicial to
the safety of the State.
I / We agree that should I / We fail to commence the work specified in the above memorandum, an amount equal to the
amount of the earnest money mentioned in the form of invitation of tender shall be absolutely forfeited to BHARAT
SANCHAR NIGAM LIMITED and the same may at the option of the competent authority on behalf of BHARAT
SANCHAR NIGAM LIMITED be recovered without prejudice to any right or remedy available in law out of the deposit in
so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to
me/us under this contract or otherwise.
Court Jurisdiction: “I/ We agree that this contract is subject to jurisdiction of court at MACHILIPATNAM only.”
(Where the NIT/ Tender has been issued)
The information in respect of works in hand is as per Proforma enclosed.
Dated : ………………….
Witness : …………………
(…………………………………………….)
Signature of Contractor
Address :
Occupation : Postal Address : …………………….

ACCEPTANCE

The above tender, as modified by you (Contractor) and as provided in the letters mentioned hereunder, is accepted by
me for and on behalf of BHARAT SANCHAR NIGAM LIMITED for a sum of Rs._____________ ____________/-
(Rupees _______ ______________ ________________ ______ _____ ___ ____________ _____ _____ )

The letters referred to below shall form part of this Contract Agreement:
(a)
(b)

For & on behalf of BSNL

Signature: ………………………………….
Dated : ……………

Name and designation …………………………………….

12
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)

GENERAL RULES AND DIRECTIONS


1. All work proposed for execution by contracts will be notified in a form of invitation to tender duly signed by the officer
inviting tender will be displayed on the notice board/ pasted in public places or by publication in News papers as the case may be
and shall also be on the BSNL website www.civil.bsnl.co.in.
This form will state the work to be carried out, as well as the date for receipt of application, the date of submitting and
opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender,
and the amount of the security deposit t be deposited by the successful tenderer and the percentage, if any, to be deducted from the
bills. Copies of the specifications, designs and drawings and any other documents, required in connection with the work signed for
the purpose of identification by the officer inviting tender, shall also be open for inspection at the office of the officer inviting tender
during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately by each Partner thereof or by the
partner(s) as specified in the partnership deed or by the person holding a power of attorney authorizing him to do so, such power of
attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1932.
3. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partner(s) or by
the partner(s) as specified in the Partnership Deed by the person holding a power of attorney authorizing him to give effectual
receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each
item of the work. Tenders which propose any alteration in the work specified in the said form of invitation to tender, or in the time
allowed for carrying out the work, or which contain any other condition of any sort including conditional rebates, will be summarily
rejected. No single envelope shall include tender for more than one work, but contractors who wish to tender for two or more works
shall submit separate envelope for each. Tender shall have the name and number of the works to which they refer, written on the
envelopes.
The rate(s) must be quoted in decimal coinage. Amount(s) must be quoted in full rupees by ignoring fifty paise and less,
and, considering more than fifty paise as rupee one.
5. The officer inviting tender or his duly authorized assistant, will open tenders in the presence of any intending contractors
who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. A
receipt of earnest money, forwarded therewith, shall be given to all contractors. In the event of a tender being rejected, the earnest
money forwarded with such unaccepted tender shall thereupon be returned to the contractor, remitting the same, without any
interest.
6. 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.
7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any
acknowledgement of payment, to the officer inviting tender and the contractors shall be responsible for seeing that he procures a
receipt signed by the AO / Sr. AO or a duly authorized Cashier.
8. The memorandum of work tendered for and schedule of the materials to be supplied by the BSNL and their issue-rate
shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an
intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before he completes
and delivers his tender.
9. The tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender document,
drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to
them.
10. In case of item rate tenders, only rates quoted shall be considered. Any tender containing percentage below / above the
rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled
in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates, which
correspond with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If the amount of an
item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words then the rates
quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally
but the amount is not worked out correctly, the rates quoted by the contractor will, unless otherwise proved, be taken as correct and
not the amount.

13
In the event of no rate has been quoted for any item(s) then the rate for such item(s) will be considered as zero and work
will be required to be executed accordingly. It will be presumed that the contractor has included the cost of this/ these item(s) in
other item(s).
11. In 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 is unable to provide satisfactory explanation such a tender is liable to be disqualified and rejected.
12. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given.
Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that
interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the work Rs.
Should be written before the figure of Rs. And word ‘P’ after the decimal figures, e.g. Rs. 2.15 ’P’ and in case of words, the word,
‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the
word ‘only’ it should invariably be up to the two decimal places. While quoting the rate in schedule of quantities, the word ‘only’
should be written closely following the rate in words and it should not be written in the next line.
13. The contractor whose tender is accepted, for amount exceeding Rs. 15.00 Lakhs (Rupees Fifteen Lakhs), will be required
to furnish an irrevocable PERFORMANCE GUARANTEE mentioned elsewhere in the Contract for his proper performance of the
contract agreement, (not withstanding and/or without prejudice to any other provisions in the contract) within 15 days of issue of
letter of Acceptance of Tender. This guarantee shall be in the form of Fixed Deposit receipts or Guarantee Bonds of a Scheduled
Bank or State Bank of India.
The contractor shall permit BSNL at the time of making any payment to him for work done under the contract to deduct a sum at the
rate of 5% of gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to
security deposit of 5% of the tendered value of the work. Such deductions will be made and held by BSNL by way of Security
Deposit unless he/they has / have deposited the amount of Security at the rate mentioned above in form of Demand draft / Baker’s
Cheque / Deposit at call receipt of a Scheduled Bank or State Bank of India in accordance with the form annexed hereto.
In case of works with estimated cost put to tender is up-to and including Rs. 15.00 Lakhs (Rupees Fifteen lakhs) the total security
deposit deducted shall be 10% (Ten percent) instead of 5% (Five percent) of the tendered value of the work. Security Deposit shall
be recovered @ 10% of gross amount of each running bill till the sum along with the sum already deposited as earnest money, will
amount to security deposit of 10% of the tendered value of the work.
14. On acceptance of the tender, the name of accredited representative(s) of the contractor, who would be responsible for
taking instructions from the Engineer-in-charge, shall be communicated in writing to the Engineer-in-Charge.
15. Sales-tax, purchase tax, turnover tax or any other tax on material in respect of the contact shall be payable by the
Contractor and BSNL will not entertain any claim whatsoever in respect of the same.
16. The contractor 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 relative to any executive employee / Gazetted officer in the BSNL or Department of Telecom or
in the Ministry of Communications.
17. The tender for the work shall not be witnessed by a contractor or contractors who himself / themselves has/have tendered
or who may and has /have tendered for the same work. Failure to observe this condition would render, the tender of the contractors,
tendering, as well as witnessing the tender, liable to summary rejection.
18. 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 of appropriate class, must associate himself with agencies of appropriate class, which are eligible t tender for sanitary and
water supply drainage, electrical and horticulture works in the composite tender.
19. The contractor shall submit list of works which are in hand (progress) in the following form:-
Name of work Name and particulars of division Value of work Position of work in Remarks
where work is being executed progress
1 2 3 4 5

20. The contractor shall comply with the provision 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(C), 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 provision of the said Act.

14
PROFORMA OF SCHEDULES

SCHEDULE “A”

“Schedule of Quantities (Enclosed)”

SCHEDULE “B”
Schedule of Materials to be issued to the contractor

S. No Description of Quantity Rates in figures & words at which Place of


Item the materials will be charged from issue
the contractor
1 2 3 4 5

--- NIL ---

SCHEDULE “C”

Tools and Plants to be hired to the contractor

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


1 2 3 4

--- DELETED ---

SCHEDULE “D”

Extra schedule for specific requirements/ documents for the work, if any – Schedule D1 enclosed

SCHEDULE “E”

Schedule of component of Materials, Labour etc for escalation


NO ESCALATION ON MATERIAL AND LABOUR IS PAYABLE FOR THIS WORK.

CLAUSE 10 C

Component of Materials expressed as percent of


Total Value of Work “X” 75 %
Component of Labour expressed as percent of
Total Value of Work “Y” 25 %
Component of POL expressed as percent of Total
value of Work “Z” 0%

15
SCHEDULE “F”
(Reference to General Conditions of Contract )
Name of Work “Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in
Gandhi Colony for accommodating O/oCivil Division & Civil Sub-
Division (2Nos.) at VIJAYAWADA..”

Estimated cost of Work Rs. 181556/-

Earnest Money Rs. 3640/-(Rupees Three thousand six hundred forty only)

Performance Guarantee
(5% of the tendered value in the form of Bank Rs.________________________
Guarantee from Scheduled Bank in (Rupees______________ ______ __
respect of works with estimated cost put to tender __________ _______ only)
exceeding Rs. 15 Lakhs)
Security Deposit
(10 % of the tendered value for works with estimated Rs.________________________
cost put to tender up to Rs. 15 Lakhs) (Rupees______________ ______ __
(5% of the tendered value in the form of __________ _______ only)
Bank Guarantee from Scheduled Bank in respect of
works with estimated cost put to tender exceeding Rs.
15 Lakhs)

GENERAL RULES AND DIRECTIONS

Officer inviting tender EXECUTIVE ENGINEER(C), BSNL CIVIL DIVISION,


VIJAYAWADA
Maximum percentage for quantity of items
of work to be executed beyond which rates
50%
are to be determined in accordance with
Clause 12.2 & 12.3
Definitions See below
2(v) Engineer-in charge EXECUTIVE ENGINEER(C), BSNL CIVIL DIVISION,
VIJAYAWADA
2(viii) Accepting Authority EXECUTIVE ENGINEER(C), BSNL CIVIL DIVISION,
VIJAYAWADA
2(x) Percentage on cost of
materials and Labour to cover 10 %
all overheads and profit.
2(xi) Standard Schedule of Rates DELHI SCHEDULE OF RATES- 2007 PUBLISHED BY
CPWD with up to date correction slips as on the date of
opening of tenders. However item rate in DSR 2007 with
C.P. & overheads shall be limited to 10% only in place of
15%.
2(xii) Department BSNL

9(ii) Standard BSNL Contract Form BSNL W-8 (modified and corrected with up to date
correction slips as on the date of opening of tenders)

16
Clause 2
Authority for fixing compensation under EXECUTIVE ENGINEER(C), BSNL CIVIL DIVISION,
Clause 2 VIJAYAWADA
Clause 2 A
Whether Clause 2A shall be applicable NO. Clause 2A for bonus stands deleted
Clause 5
i) Time allowed for execution of work. 45 days

ii) Authority to give fair and reasonable EXECUTIVE ENGINEER(C), BSNL CIVIL DIVISION,
extension of time for completion of VIJAYAWADA
work.
Clause 7
Gross value of work to be done together with Rs.0.76 Lakh
net payment /adjustment of advances for
materials collected, if any, since the last
such payment for being eligible to interim
payment.
Clause 10
Reinforcement steel to be used in the work
shall have to be procured as below:
(a) CTD bars Manufactured by /
producers ----------
(b) TMT bars Manufactured by/ producers Primary producers such as SAIL, TISCO, RINL
Clause 11
Specification to be followed for execution of CPWD Specifications 2009 Volume I & II, with up to date
work. correction slips as on the date of opening of tenders.
Clause 12
12.1.2(iii) Schedule of rates for DELHI SCHEDULE OF RATES - 2007 PUBLISHED BY
determining the rates for CPWD with up to date correction slips as on the date of
additional, altered or opening of tenders. However item rate in DSR 2007 with
substituted items that cannot C.P. & overheads shall be limited to 10% only in place of
be determined under 12.1.2(i) 15%.
and (ii).
12.1.2(iii) Plus/ minus (+ / -) the % over % above / below the estimated cost
the rate entered in the
schedule of rates. (To be filled by Executive Engineer)

12.2 Limit for value of any item of


any individual trade beyond
which sub clauses (i) to (v) 50%
shall not apply and clauses
12.2.& 12.3 shall apply.

17
Clause 16
Competent authority for deciding reduced SUPERINTENDING ENGINEER, BSNL, CIVIL CIRCLE,
rates. VIJAYAWADA.
Clause 25
Competent authority for conciliation SUPERINTENDING ENGINEER, BSNL CIVIL CIRCLE-II,
HYDERABAD.
Clause 36(i)
a) Minimum qualification and experience required for Principal Technical Representative for civil works with
estimated cost put to tender:
i) More than Rs.5 lakhs but less Recognized Diploma Holder in Civil Engineering
than Rs.10 Lakhs.
ii) Rs. 10 lakhs & above but less Graduate Civil Engineer or retired AE (Civil) possessing at least
than Rs. 60 lakhs. recognized Diploma in Civil Engineering

iii) Rs. 60 lakhs and above. Principal Technical Representative supported by requisite organization.
The Principal Technical Representative shall be at least Graduate Civil
Engineer with minimum experience of works or retired Executive
Engineer (Civil) possessing at least recognized Diploma in Civil
Engineering. supporting three (3) supervisors.
b) Recovery to be affected from Rs.4000/- per month for Graduate Engineer.
the contractor in the event of
not fulfilling the provisions of Rs.2000/- per month for Diploma Holders.
clause 36(i).
Clause 42
i) Schedule / statement for determining theoretical quantities of cement & bitumen on the basis of
Delhi Schedule of Rates 2007 Printed by CPWD with upto date correction slips as on the date of
opening of tenders.
Variation permissible on theoretical quantities
a) Cement for works with estimated cost put to tender Permissible variation
i) not more than Rs.5 Lakhs 3% minus
ii) more than Rs.5 Lakhs 2% minus
b) Steel reinforcement and structural steel sections for each 2% minus
diameter, section and category.
Star prices to be considered for escalation & recoveries
Sl.No. Material Star Price
(Rate in Figures and Words)
1 For Cement (43 grade) Rs.4160/- Per MT (Rupees Four thousand One
hundred Sixty only)
2(a) For Mild Steel Rs.33,666/- Per MT (Rupees Thirty Three
thousand Six hundred and Sixty Six only)
2(b) For Reinforcement Steel conforming to BIS 1786 Rs.33,666/- Per MT (Rupees Thirty Three
(Fe 415 Grade) thousand Six hundred and Sixty Six only)
2(c) For Reinforcement Steel TMT bars Rs.33,666/- Per MT (Rupees Thirty Three
thousand Six hundred and Sixty Six only)
Sd/-
EXECUTIVE ENGINEER (C),
BSNL CIVIL DIVISION, VIJAYAWADA

18
SCHEDULE ‘D’
ADDITIONAL SPECIFICATIONS AND CONDITIONS
GENERAL:
1.1. The contractor should submit a tentative programme of working within fifteen days of the date of commencement of work for
approval to Engineer-in-Charge. The contractor will have to work as per programme approved by the department. No claim
whatsoever will be entertained on this account.
1.2. The entire work shall be done as per CPWD specifications Vols-I to VI of 1996 and additional specifications 2002 with up to
date correction slips. However, in the event of any discrepancy in the description of any item as given in the Schedule of
quantities appended with the tender and the specifications relating to the relevant item as per CPWD specifications mentioned
above, the former shall prevail. If the specifications for any item are not available in the CPWD specifications cited above,
relevant I.S.I specifications shall be followed. In case I.S.I specifications are also not available, the decision of the Engineer-in-
charge given in writing based on acceptable sound Engineering practice and local usage shall be final and binding on the
contractor.
1.3. The work shall be executed and measured as per metric dimensions given in the Schedule of quantities, drawings etc. (F.P.S
units wherever indicated are for guidance only.)
1.4. The following modifications, to the above specifications and some additional specifications shall however apply:- (i). All stone
aggregate and stone ballast shall be of hard stone variety to be obtained from approved quarries at or any other source to be
got approved by the Engineer-in-charge. (ii). Sand to be used for cement concrete work, mortar for masonry and plaster work
shall be of standard quality. Sand shall be obtained from approved source and screened as required. The same shall consist of
hard siliceous material. It shall be clean sand, if the sand brought to site is dirty, it must be washed clean in water and should
conform to clause 3.1.4 of CPWD specifications 1996 Vol-II and 2002 for fine aggregate.
2.0 Whenever any reference to any Indian standard specification occurs in the documents relating to this contract, the same shall
be inclusive of all amendments issued thereto or revisions thereof if any, up to the date of receipt of tenders.
3.0 Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall
apply to all heights lifts and leads and depths of the building and nothing extra shall be payable to him on this account.
4.0. The structural and architectural drawings shall at all times be properly correlated 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 and otherwise given in writing by the Engineer-in-charge.
5.0. The work will be carried out in accordance with the Architectural drawings and Structural drawings to be issued by the
Engineer-in-charge. The Structural and Architectural drawings, shall have to be properly correlated before executing the work.
In case of any difference noticed between Architectural and structural drawings, final decision, in writing of the Engineer-in-
charge shall be obtained by the contractor. For items where so required, samples shall be prepared before starting the
particular items of work for prior approval of the Engineer-in-charge and nothing extra shall payable on this account.
6.0. Articles manufactured by reputed firms and approved by the Engineer-in-charge shall only be used. Only articles classified, as
“First quality” by the manufacturers shall be used unless otherwise specified. Articles which bear ISI certification marks shall be
used. In case articles bearing ISI certification marks are not available the quality of samples brought by the contractor shall be
judged by the standards laid down in the relevant CPWD specifications. For items not covered by CPWD specifications relevant
ISI standards shall apply.
7.0. The contractor shall give a performance test of installations as per specifications before the work is finally accepted and nothing
extra whatsoever shall be payable to contractor on this account.
8.0. The work shall be carried out in a manner complying in all respects with the requirements of relevant byelaws of the Municipal
Committee / Municipal Corporation / Development Authority / Improvement Trust under the jurisdiction of which the work is to
be executed or as directed by the Engineer –in-charge and nothing extra shall be paid on this account.
9.0 Other agencies doing work of electrification, external services, other building work, horticulture work etc. for this project will also
simultaneously execute the 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 electric and sanitary works etc. and nothing extra over the agreement rates shall be paid
for the same.
10.0 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered as inclusive of
pumping out or bailing out water, if required, for which no extra payment will be made. This will include water encountered from
any source, such as rains, floods, sub-soil water being high due to any other cause whatsoever.

19
11.0 Some restrictions may be imposed by the security staff etc., on the working and / or movement of labour, materials etc., the
contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account.
12.0. Any cement slurry added over base surface (or) for continuation of concreting, for better bond is added to have been in built in
the item (unless otherwise / explicitly stated) and nothing extra shall be payable (or) extra cement considered with consumption
on this account.
13.0 The rate for all items in which the use of cement is involved is inclusive of charges for curing.
14.0. The contractor shall give a performance test of the entire installation (s) as per standard specifications before the work is
finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.
15.0 Cement bags shall be stored in separate go downs to be constructed by contractor at his own cost as per sketch at page 39 of
CPWD specifications 1996 Vol .II with weather proof roofs and walls. Each go down shall be provided with a single door.
16.0 The foundation trenches shall be kept free from water while all the works below ground level are in progress.
17.0. The grading of sand to be used in different works shall be as follows.
1. Coarse sand Grading Zone As specified in the item like
I, II & III. Plain concrete. RCC work, Flooring work etc.
2. Fine sand Grading Zone As specified in the item like
IV finishing coat of cement plaster, skirting, dado etc.

18.0. The standard sectional weights referred to in para 5.3.3 Table IV/ P / 81 in CPWD Specifications for works. 1996 – Vol. II
and 2002 to be considered for conversion of length of various sizes of M.S.bars and TMT bars into weights are as under.
Size Weight Size Weight
(Diameter)mm Kilogram (Diameter) mm Kilogram
per metre per metre
6 0.222 25 3.85
8 0.395 28 4.83
10 0.617 32 6.31
12 0.888 36 7.99
16 1.58 40 9.85
18 2.00 45 12.50
20 2.47 50 15.42
22 2.98
The steel reinforcement of all diameters will be measured in accordance with the sectional weights as per above table
subject to condition at 37 B(7). Nothing extra shall be payable.
19.0. The contractor shall provide at his own cost suitable weighing and measuring arrangements at site for checking the weight /
dimensions as may be necessary for execution of the work.
20.0. The rate for all items of work, shall, unless clearly specified otherwise include cost of all labour, material and other incidentals
involved in the execution of the items.
(a) For the purpose of recording measurements for preparing running account bills, the abbreviated nomenclature indicated in
the publication: Abbreviated nomenclature of items of DSR 81(Bilingual)” shall be adopted. 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 other relevant specifications.
(b) In case of items for which abbreviated nomenclature is not available in the above cited publication and also in case of
Extra and Substituted Items of work for which abbreviated nomenclature is not provided in the agreement the full
nomenclature of items shall be reproduced in the measurement books and bill forms for running account bills.
21.0 Tendered rates are inclusive of all taxes and levies payable under the respective statutes.
22.0 The surplus excavated earth which is beyond the requirement of BSNL work may be allowed by the Engineer-in-Charge to be
disposed off by the contractor on his own or to sell the surplus earth to private parties at his discretion but nothing extra will be
paid for carriage or disposal of surplus earth as the same is not required on any BSNL work.

20
CONDITIONS:
23.0 The contractor shall also construct a sample unit complete in all respects within three months from the date of award of work
and this sample unit shall be got approved by the Engineer-in-charge before mass construction is taken up. No extra claim
whatsoever beyond the payments due at agreement rates will be entertained from the contractor on this account.
24.0 The contractor shall take instructions from the Engineer-in-charge regarding collection and stacking of materials in any place.
No excavated earth or building material shall be stacked on areas where other buildings, roads, services or compound walls
are to be constructed.
25.0 Royalty / seigniorage at the prevalent rates shall have to be paid by the contractor on the boulders, metal, shingle, sand and
bajri etc. or any other material where royalty / seigniorage is payable collected by him for the execution of the work direct to the
revenue / mines authority of the State Government concerned.
26.0 The contractor shall make his own arrangements for obtaining electric / water connections, if required, and make necessary
payments directly to the Department concerned.
27.0 The contractor must take all precautions to avoid all accidents by exhibiting necessary day and night caution boards, speed
limit board, re flag, red lights and by providing barriers. He shall be responsible for all damages and accidents caused due
to negligence in this regard. No hindrance shall be caused to Traffic during the execution of work.
28.0 The contractor shall maintain in perfect condition all works executed till the completion of the entire work allotted to him.
Where phased delivery is contemplated the provisions mentioned above will apply to each phase.
29.0 No compensation/payment shall be payable to the contractor for any damage caused by rains, snow fall, lightning, wind,
storm, floods tornadoes, earthquakes or other natural calamities during execution of work. He will make good all such
damages at his own cost and no claim on this account will be entertained.
30.0 All materials obtained by the contractor shall be got checked from Engineer –in-charge, or his representative, on receipt of
the same at site before they are actually used.
31.0 The contractor shall clear the site thoroughly of all scaffoldings, materials and rubbish etc. left out of his work and dress the
site around the building to the satisfaction of the Engineer-in-charge before the work is considered as complete.
32.0 If as per municipal rules the huts for labour are not to be erected at the site of work by the contractors, the contractors are
required to provide such accommodation as is acceptable to local bodies and nothing extra shall be paid on this account.
33.0 The centering and shuttering required for RCC work will be brought to site by the contractor well in advance so that the
progress of the upper floors is not hampered due to non- availability of the same. Nothing extra shall be paid for this.
34.0 The contractor must see the proposed site for the work and study specifications and conditions carefully before tendering. No
claim of any sort shall be entertained on account of any site conditions or ignorance of specifications and conditions.
35.0 The tenderer should see the approaches and conditions of the site. If any approach from main road is required at the site or
existing approach is to be improved and maintained, for cartage and materials by the contractors, the same shall be
provided, improved and maintained by the contractor at his own cost.
36.0 Machine made shutters shall be got approved from the Engineer-in-charge at factory site before carting the same to the site
of work. The shutters damaged during the cartage shall not be allowed to be used in the work and shall be removed by the
contractor at his own cost and no claim whatsoever shall be entertained in this regard.
37.0. Conditions for procurement of Cement and Steel
(A) CEMENT.
1. The contractor shall procure 43 grade (conforming to IS: 8112) ordinary Portland cement, as required in the work, from
reputed manufacturers of cement, having a production-capacity of one million tones per annum or more, such as A.C.C.
L&T J.P. Rewa, Vikram, Shri. Cement, Birla Jute and Cement Corporation of India etc., as approved by Ministry of
Industry, Government of India, and holding license to use ISI certification mark for their product whose name shall be got
approved from Engineer – in- Charge. Supply of cement shall be taken in 50 Kg bags bearing manufacturer’s name and
ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in
accordance with provisions of the relevant BIS codes. In case test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes the same shall stand rejected and shall be removed from the site by
the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so.
2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-Charge.
3. The cement godown of the capacity to store about 2000 bags of cement or as decided by the Engineer-in-Charge shall be
constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be

21
made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorised
representative and the key of other lock shall remain with the contractor. The contractor shall facilitate the inspection of
the cement godown by the Engineer-in-Charge at any time.
4. The contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:-
(i). By the Contractor, If the results show that the cement does not conform to relevant BIS codes.
(ii). By the Department, if the results show that the cement conforms to relevant BIS codes.
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.
6. Cement brought to site and Cement remaining unused after completion of work shall not be removed from site without the
written permission of the Engineer-in-Charge.
(B) STEEL.
1. The contractor shall procure steel reinforcement bars conforming to relevant BIS codes from main producers as approved by
Ministry of Steel. In exceptional cases when the contractor is required to procure steel reinforcement bars conforming to
relevant BIS codes from other than main producers, it can be done with prior approval of the Engineer-in-Charge. The
contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of all supplies of steel
brought by him to the site of work. 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 BIS codes, the same shall stand rejected and shall be removed from the site of work within a week’s
time from written order from the Engineer-in-Charge to do so.
2. The steel reinforcement shall be brought to the site in quantity of lots as approved by the Engineer-in-Charge.
3. The steel reinforcements shall be stored by the contractor at site of work in such a way as to prevent distortion and 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.
4. For checking nominal mass, tensile strength, bend test, re-bend test etc., Specimen of sufficient length shall be cut from
each diameter 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 10mm dia One sample for each 25 tonnes or One sample for each 40 tonnes or
part there of part thereof.
10mm to 16mm dia One sample for each 35 tonnes or One sample for each 45 tonnes or
part thereof. part thereof.
Over 16mm dia. One sample for each 45 tonnes or One sample for each 50 tonnes or
part thereof. part thereof.
5. The contractor shall supply free of charge the steel bars required for testing. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:-
(i). By the Contractor, if the results show that the steel does not conform to relevant BIS codes.
(ii). By the Department, if the results show that the steel conforms to relevant BIS codes.
6. 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 conditions laid therein.
7. Coefficient of weight i.e, the weight per unit length of the Steel procured by the contractor shall be ascertained at site before
using it and certified the Engineer-in-Charge. In case weight per unit length is beyond the rolling margin as laid down in the
BIS: 1786, the steel will be rejected and shall be removed as per para 1 above. In case weight per unit length is more than
the standard coefficient of weight for the diameter, but is within the rolling margin, then the payment shall be made as per the
standard weight per unit length, and, where the weight per unit length is lesser than the standard coefficient of weight for the
diameter, but is within the rolling margin, the payment shall be restricted with respect to the actual weight per unit length of
the diameter.
8. Steel brought to site and remaining unused shall not be removed from site without the written permission of the Engineer-in-
Charge.

22
38.0 CONDITIONS FOR STORING OF MATERIALS:
38.1 The size of the cement godown indicated in the sketch on P-39 of CPWD specifications 1996 Vol – II is only for guidance.
The actual size of the go down shall be as per site requirements, and nothing extra will be paid for the same. The decisions
of the Engineer-in-charge regarding the capacity needed will be final.
38.2 The contractor shall be fully responsible for the safe custody of the cement brought by him even if the materials are under
double lock system.
38.3 The account daily receipts and issues of cement shall be maintained in a register in the prescribed proforma given on page-
signed daily by the contractor or his authorised agent in token of its correctness.
38.4 The contractor shall bear all incidental charges for cartage of material required for work and construct suitable go downs,
yards at the site of work for storing all the materials so 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.
39.0 BRICK WORK:
Bricks shall generally conform to specification for brick class 35. Bricks shall not absorb water more than 20% of their own
dry weight after 24 hours immersion in cold water. Both the faces of wall of thickness more than 23 cm shall be kept in the
proper plane. Wall of half brick thickness or less shall be measured separately and paid in sqm Half brick thickness shall be
taken as 115 mm. Brick wall beyond half brick thickness shall be measured in multiple of half brick (i.e. 115 mm) which shall
be deemed to be inclusive of mortar joints. When a fraction of half brick occurs due to architectural reasons or otherwise as
per the requirements of the department the same shall be measured as half brick work provided such fraction exceeds 2
cm, fraction upto 2 cm thickness shall be made up in mortar and paid for as per specified thickness under brick work. Bricks
shall be obtained from approved kiln or any other source to be got approved by Engineer-in-charge, and shall be of best
quality, well burnt, ground moulded bricks available in the locality.
40.0 R.C.C WORK
40.1. In respect of projected balconies, projected slabs at roof level and projected verandah, the payment for the R.C.C. work shall
be made under the item of RCC slabs. The payment for centring and shuttering of such items shall similarly be paid under
the item of centring and shuttering of RCC slab. Nothing extra shall be paid for the side shuttering at the edges of these
projected balconies and projected verandahs. All the exposed edges shall however, be finished as per specifications and
nothing extra shall be paid for this.
40.2. In the item of RCC walls, railing and roofs etc., nothing extra shall be paid for making designs as per patterns given by
Architects or for thickness of sections.
40.3. The rates for railing are inclusive of all the labour and the materials including execution as given in the description of the item,
portion of the railings which is embedded in the masonry or RCC shall not be included for measurements.
Precast R.C.C.
40.4. The compaction of the concrete shall be done by vibrating, table or external vibrator, as approved by Engineer-in-charge.
The rate quoted for the item shall include the element of both for form work and mechanical vibration.
40.5. The water will be tested with regard to its suitability for use in RCC work and nothing extra will be paid for on this account.
40.6. The rate of item of reinforcement in RCC work includes all operations including straightening, cutting, bending, binding with
annealed steel wire and placing in position at all the floors with all leads and lifts complete.
41.0 FLOORING
The rate of items of flooring is inclusive of providing sunk flooring in bath rooms, Kitchen etc., and nothing extra on this account is
admissible.
42.0 WOOD WORK
42.1. The contractor will be responsible for watch and ward of shutters handed over to him by the BSNL for fixing in case these
are stipulated for issue by the BSNL and nothing extra for the same will be paid.
42.2. Timber as specified to be used for wood work shall be kiln seasoned in the relevant items in the schedule of quantities and
shall conform to CPWD specifications Vol – III with upto date corrections slips and will be of required variety obtained from
approved sources.
42.3. Shutters of panelled doors shall be with kiln seasoned secondary species timber frames as per relevant specification of item
and with panels of 12 mm thick second class teak wood / 15 mm thick deodar wood both kiln seasoned or made
phenolformaldehyde glue processed novateak or equivalent particle board 12 mm thick with or without commercial ply
veneer faces on both sides as indicated in relevant items.

23
42.4. The panelled shutters shall be kiln seasoned with species as specified in items (styles and rails) as per width shown in
Architect drawings. Panels shall be embedded in styles / rails to a minimum of 12 mm with 1.5 mm air gaps.
42.5. Permissible tolerance on wood work shall be as under:-
a). Door frames of (+) 3 mm (-) 2mm
b). Door shutters.
i). On width and height of (+) 3 mm (-) 2 mm.
ii). On thickness of (+ / - ) 1 mm.
42.6. The samples of species to be used shall be deposited by the contractor with the EE before commencement of the work. The
contractor shall produce cash vouchers and certificates from standard kiln seasoning plant operator about the timber section
to be used on the work having been kiln seasoned by them, failing which it would not be so accepted as kiln seasoned.
42.7 Transparent sheet glass conforming to IS: 2835 –1977 shall be used thickness being governed as under unless otherwise
specified by the firm.
Area of glazing Thickness Max. Unsupported Length
For glazing area up to 0.2 sqm 3 mm 60 cm
For glazing area from 0.2sqm to 0.5sqm 4 mm 120 cm
For glazing area more than 0.5 sqm 5.5 mm 120 cm
Glazing for toilets and in fixed ventilators shall be opaque type.
42.8. Factory made shutters, as specified shall be obtained from factories to be approved by the Engineer-in-charge and shall
conform to IS: 2202 (Part – 1) 1977. The contractor shall inform well in advance to the Engineer-in-charge the name and
address of the factory where from 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.
The contractor will also arrange stagewise inspection of the shutters at factory by the Engineer –in-charge or his authorised
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. 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 instructions in this regard are issued by Engineer-in-charge or his
authorised representative.
43.0 STEEL WORK
43.1. The rate of T/ angle iron frame shall include the following:-
a). M.S. sill / tie of 16 mm dia bar shall be welded to T-iron door frames to keep the frame vertical in correct position. The sill / tie
shall be embedded in floor concrete. No tie is necessary for window frames. In the case of window frame 2 lugs 15 X 3 mm
long shall be welded to each vertical member of the frame.
b). Each T-iron frame for doors shall have 4 nos. M.S. lugs 15 X3 mm, 10 cms long welded to each vertical member of the
frame. In case of window frames, two lugs 15 X 3 mm shall be welded to each vertical member of the frame.
c). M.S flat 8 X 25 mm, 100 mm, long having threaded holes ( No. of flats shall correspond to the No. of butt hinges to be fixed
to door / window shutter) 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. M.S flats 8 X 25 mm, 50 mm long with threaded holes, shall be welded to the back
of the T- sections to receive the butt hinges for the cleats.
43.2 The M.S flat cramps 15 X 6 mm thick for holding arrangements are to be provided and added as per site conditions. The rate
is inclusive of the cost of such cramps.
43.3 The sill tie, lugs, curtain brackets and flats welded for fixing hinges and cleats shall not be measured for the purpose of
payment.
43.4 All welding steel work shall be tested for quality of weld as laid down in IS822 – 1970 before actual erection. Wherever
welding appears it shall mean continuos fillet welding.
44.0 WATER SUPPLY AND SANITARY INSTALLATIONS:
44.1. Sanitary fittings, paints, and other materials shall be obtained from one of the firms on the list of approved manufacturers of
C.P.W.D. and shall bear I.S.I mark. The materials shall be tested as per provision in relevant I.S codes. The contractor’s
rates for items involving the use of the above materials, shall be deemed to cover the cost of samples.

24
44.2 The SCI pipes, PVC pipes and G.I pipes wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and
nothing extra shall be paid for this.
44.3 The contractor shall be responsible for 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.
44.4 (a) Water tanks, taps, pipes, fittings and accessories should conform to the CPWD specifications Vol – VI 1996 byelaws and
specifications of the Municipal bodies Corporations etc. The contractor should engage licensed plumbers for the work and get
the material ( fixtures fittings) tested by the municipal bodies / corporation authorities wherever required, at his own cost. The
work shall be carried out according to the municipal byelaws.
(b) The work of water supply, internal sanitary installations and drainage work etc., shall be carried out as per local Municipal
Corporation or such local body byelaws and the contractor shall produce necessary completion certificate from such
authorities after completion of the work.
(c) The contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide
by their rules and regulations and pay all fees and charges which he may be liable.
(d) The sanitary water supply and drainage pipes and fittings and other materials shall be of approved quality shall conform to the
relevant C.P.W.D. specifications for works 1996 Vol. VI and shall be I.S.I marked. The work shall be carried out without
infringing on any of local Municipal byelaws.
45.0 VARIATION IN CONSUMPTION OF MATERIALS:
The variation in consumption of material shall be governed as per CPWD specifications and clauses of the contract to the extent
applicable.
46.0 TESTING OF MATERIALS:
46.1. (a). The contractor shall produce all the materials in advance so that there is sufficient time for testing of the materials and
clearance of the same before use in work.
(b). Samples of various materials required for testing shall be provided free of charge by the contractor. The cost of tests
shall be borne by the contractor / department in the manner indicated below.
(i). By the contractor - if the results does not conform to relevant BIS. Codes
(ii). By the Department – if the results conform to relevant B IS. Codes.
(c). In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that in individual sub-
heads of work as per C.P.W.D specifications 1996 & 2002, the higher of the two frequencies of testing shall be followed
and nothing extra shall be payable to the contractor on this account.
(d). The contractor shall be responsible to arrange at his own cost all necessary tools and plants required for execution of
the work.
47.0 INTEGRAL WATER PROOF FINSIHING:
47.1 The contractor must associate himself with the specialized firm to be approved by the Engineer-in-charge in writing, for
integral cement based water proofing treatment for sunken floors and on roofs. Ten years guarantee in prescribed proforma
attached must be given by the specialized firm, which shall be counter signed by the contractor, in token of his overall
responsibility. In addition 10% (ten percent.) of the cost of these items would be retained as guarantee to watch the
performance of the work done. However, half of this amount withheld would be released after five years, if the performance
of the work done is satisfactory. If any defect is noticed during the guarantee period, it should be rectified by the contractor
within seven days, and if not attended to, the same will be got done from another agency at the risk and cost of the
contractor. However, this security deposit can be released in full, if bank guarantee of equivalent amount for 10 years is
produced and deposited with the department. While tendering the contractor must give:
(a). The name of the specialized firm –
(b). The trade names of the product which would be used –
(c). List of works where this treatment has been used –
(d). Quality of chlorides and sulphides used in the product –

25
48.0 LIST OF PREFERRED MAKES FOR VARIOUS ITEMS OF WORK

S.No Material Preferred Make


Fosroc, Pidilite, Impermo by M/s
1. Water Proofing Compound
Snowcem, Sika, Accoproof.
Supreme, Prince, Sudhakar,
2. PVC Pipes & Fittings
Truebore.
3. Acrylic Distemper/Plastic Paint Asian Paints, ICI, Berger.
ICI(Dulux Gloss), Asian Paints
4. Synthetic Enamel Paint
(Premium apcolite Gloss)
5. Steel Primer ICI, Asian Paints, Berger, Shalimar.
6. Dash/Anchoring Fasteners HILTI / Fischer
7. Nuts/Bolts and Screws GKW / Atul.
Stainless Steel Sink (Out of Salem
8. DIAMOND. NIRALI, Jayana, Prestige.
Steel only)
9. Float Valve Viking, Prayag.
10. Admixtures Fosroc, Pidilite, Roff.
Parryware, Hindustan Sanitaryware,
11. Vitreous China Sanitary Ware
Cera.
Plastic seat cover of W.C.(ISI Mark
12. Commander, Hindware.
only)
Centrifugally Cast(spun) Iron Pipes NECO or any other B.I.S. marked
13.
& Fittings product & fittings.
Centrifugally Cast(spun) Iron Pipes
14. Electro Steel, Kesoram, Jindal.
(Class LA)
15. G.I. Pipes Jindal (Hissar), Tata, Zenith.
16. G.I. Fittings Unik, Zenith, HB.
17. Gun Metal Valves Leader, ZOLOTO
18. Srone ware pipes & Gully traps Perfect, Hind or Crystal.
19. Mirror Glass Saint Gobain, Modiguard, Asahi.
20. Grouting Compound Latticrete, Fosroc.
21. Aluminium Sections Hindalco, Jindal, Indal.
Ultratech, ACC, M/s L&T Concrete,
22. Ready Mix Concrete.
Birla.
23. Aluminium Fittings Classic, Everite, Jyothi.
24. Hydraulic door closer Hardwyn, Everite.
25. Floor Springs Ozone, Hardwyn, Everite.
26. Exterior paint Snocem India, Asian, ICI, Berger.
27. Pre-laminated partical board Novapan, Ecoboard.
Armstrong, Reynobond, Alponic,
28. Aluminium Composite Panel (ACP)
Alucobond.
29. Reflective glass Saint Gobain, Asahi, Modi.
30. Polyvinyl Butlyl film Dupont, Trossifoil, Trussof.
31. PVC Sheet flooring LG, Armstrong, Jindal.
32. Prepainted sheet Tata-bluescope, Jindal.
33. ERW pipe Tata, Jindal.
34. Silicon sealant Dow corning, GE.

26
35. Epoxy grouts Saint Bobin, Latticrete, FOSROC.
36. Flush Door Shutters Kitply / Standard, Kutty.
37. Hardware Fittings EARL BIHARI / HETTICH / LAXMI.
38. Cupboard lock Dorset, Godrej, Europa.
39. Drawer Multilock KEYMAN / Earl Behari.
40. Cylindrical lock SECUR, DORSET, Godrej.
41. Mortice latch & lock Godrej, Sheel.
42. Glass Modifloat / Asahi / Saint Gobain.
43. Plyboard GreenPly / Kitply.
44. Prelaminated MDF Board Merino.
45. Plain MDF Board NUWOOD.
Greenlam/Formica/Merinolam/Royal
46. Laminates
Touch.
Jenson &
47. Paints
Nicholson/Asian/British/Nerolac/ICI.
48. Water Proof cement paint Super Snowcem, Nitcocem.
49. PVC tiles Wonderfloor, Carara.
50. Glue Fevicol / Vamicol.
Kajaria / Bell / NITCO / ORIENT /
51. Ceramic tiles
Somany
52. Porcelain ware Parryware / Nycer /Cera / Hindware.
53. CP fittings & accessories Parko / Gem / Kingston.
54. Sand cast iron pipes RIF / BC.
55. R.C.C. Pipes IHP.
56. Insulation above false ceiling Armflex / Superion / Eurobatex.
Square perforated metal false
57. Conwed / Unimet / TRAC.
ceiling
58. Providing Acoustical felt treatment Soundtex.
59. Gypsum board accessories INDIA Gypsum Ltd.,
60. Epoxy paint Nerolac / Asian.
61. Access flooring system (False floor) Unitile / Donn.
62. Perforated panels (False floor) Unitile / Donn..
Bristol, Godrej, Blow plast, Featherlite,
63. Modular work stations
Legend.
64. Tinted filim Garware, Meditech, 3M.
65. Vitrified tiles Naveen, Bell, Kajaria, NITCO, Euro.
Bison by British paints, Woodguard,
66. Wood preservative
Termiseal.
67. Marine plywood Kenwood, Kitply, Greenply.
68. Commercial plywood Guna, Kenwood, Galaxy, Century.
69. Plain partical board Novopan, Ecoboard.
70. PVC water tank Sintex (with ISI mark embossing only)
71. PVC Door shutter Rajashri, Sintex.
72. White Cement Birla White / J.K. White.
73. PVC gratings PriNce / Prayag.

27
Application for Conciliation
(To be submitted in Duplicate)

To
Shri ___________________________________
The Conciliating Authority,

01. Name of the applicant :


02. Whether applicant is individual
Proprietary/Firm/Partnership/Ltd. Co./
PVT/Co. or Co-op. Soc.
03. Full Address of the applicant :
04. Name of the work and contract :
number, date of contract
05. Name of the division which :
entered into contract
06. Contract amount :
07. Stipulated date of start & completion :
of work
08. Actual date of completion of work (if any) :
09. Details of claims referred to conciliation :

Sl.No. Brief description of Amount of claim Date of Date of decision Remarks


claim notification to the by Engineer-in-
Engineer-in- Charge
charge

10. Details of previous Bill(Paid)


a) Date of payment
b) Amount paid
c) Gross amount of work done
11. Specimen signature of the Applicant :
(Only the person/authority who signed the contract should sign.)
12. I/We certify that the information give above is correct to the best of my/our Knowledge.
13. I/We enclose the following documents :
i. Statement of claims with amount of claims* :
ii.
(Signature of the Applicant)

Copy to :
1. The Executive Engineer.
2. The Superintending Engineer.

(* Only the claims notified to the Engineer-in-charge with details, as per the provisions of clause 25(1) of the contract, after
the decision of Engineer-in-charge, are referable to the Conciliating Authority)

28
APPLICATION FOR APPOINTMENT OF ARBITRATOR
(To be submitted in Duplicate)

To
The Chief Engineer,
………………………………….
………………………………….

01. Name of the applicant :


02. Whether applicant is individual
Proprietary/Firm/Partnership/Ltd. Co./
PVT/Co. or Co-op. Soc.
03. Full Address of the applicant :
04. Name of the work and contract :
number, in which arbitration is sought and date of contract.
05. Name of the division which :
entered into contract
06. Contract amount :
07. Date of start of work :
08. Stipulated date of completion of work :
09. Actual date of completion of work :
10. Notified claims :
a. Total No. of Notified claims :
b. Total amount claimed :
c. Details of notified claims :

Sl.No. Brief description of Amount of claim Date of Date of Remarks


claim notification to the termination of
Engineer-in- conciliation
charge proceedings

10. Details of Final Bill (if any)


d) Date of payment
e) Amount paid
f) Gross amount of work done
11. Specimen signature of the Applicant :
(Only the person/authority who signed the contract should sign.)
14. I/We certify that the information give above is correct to the best of my/our Knowledge.
15. I/We enclose the following documents :
i. Statement of claims with amount of claims* :
ii.
iii.
iv.
(Signature of the Applicant)
Copy to :
1. The Executive Engineer.
………………………………………..
2. The Superintending Engineer.
………………………………………..
(* Only “Notified Claims” after termination of the conciliation proceedings are referable to the Arbitration).

29
SCHEDULE OF QUANTITIES

Name of work: Repairs and Maintenance to 1st & 2nd floor(4Nos.T-III) Qtrs in Gandhi Colony for
accommodating O/oCivil Division & Civil Sub-Division (2Nos.) at VIJAYAWADA.

S.no Description of Item Quantity Unit Rate (in Amount


Figures)
1 Supplying and filling in plinth with local sand under floors including, 9 cum One
watering, ramming consolidating and dressing complete. Cubic
Metre
Rate in Words : Rs.
2 Cleaning jungle including uprooting of rank vegetation, grass, brush 250 sqm One
wood, trees and saplings of girth upto 30 cm measured at a height of 1 Square
m above ground level and removal of rubbish upto a distance of 50 m metre
outside the periphery of the area cleared.
Rate in Words : Rs.
3 Providing and laying in position cement concrete of specified grade
excluding the cost of centring and shuttering - All work upto plinth
level.
a) 1:5:10 ( 1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm 2 cum One
nominal size ) Cubic
Metre
Rate in Words : Rs.
4 Making Plinth Protection 50mm thick of cement concrete 13:6 ( 1 20 sqm One
cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size ) Square
over 75mm bed by dry brick ballast 40mm nominal size well rammed Metre
and consolidated and grouted with fine sand including finishing the top
smooth.
Rate in Words : Rs.
5 Brick work with F.P.S. bricks of class designation 35 in foundation and
plinth in :
a) Cement mortar 1:6 (1 cement : 6 coarse sand ) 3 cum One
Cubic
Metre
Rate in Words : Rs.
6 Brick edging laid lengthwise with half brick depth including excavation, 65 m One
refilling and disposal of surplus earth lead upto 50 metres. Metre
Rate in Words : Rs.
7 Providing and fixing oxidized M.S. casement stays (straight peg type)
with necessary screws etc. complete.
a) 300 mm weighing not less than 200 gms. 5 no Each
Rate in Words : Rs.
8 Providing and fixing IS:3564 marked aluminium die cast body tubular 2 no Each
type universal hydraulic door closer, with necessary accessories and
screws etc. complete.

Rate in Words : Rs.

30
9 Providing and fixing factory made PVC door frame of size 50x47mm 20 m One
with a wall thickness of 5mm, made out of extruded 5mm rigid PVC Metre
foam sheet mitred at corners and joined with 2 Nos. of 150mm long
brackets of 15x15mm MS square tube, the vertical door profiles to be
reinforced with 19x19mm MS square tube of 19 gauge, EPDM rubber
gasket weather seal ot be provided through out the frame. The door
frame to be fixed to the wall using MS scews of 65 / 100 mm size
complete as per manufacturer's specification and direction of Engineer-
in-charge.

Rate in Words : Rs.


10 Providing and fixing to existing door frames :
a) 30mm thick factory made panel PVC door shutter consisting of frame 10 sqm One
made out of MS tubes of 19 gauge thickness and size of 19mm x 19mm Square
for styles and 15x15mm for top & bottom rails, MS frame shall have a Metre
coat of steel primers of approved make and manufacture. MS frame
covered with 5mm thick hat moulded PVC 'C' channel of size 30mm
thickness, 70mm width out of which 50mm shall be flat and 20mm shall
be tapered in 45 degree angle on either side forming styles; and 5mm
thick, 95mm wide PVC sheet out of which 75mm shall be flat and
20mm shall be tapered in 45 degree on the inner side to form top and
bottom rail and 115mm wide PVC sheet out of which 75mm shall be
flat and 20mm shall be tapered on both sides to form lock rail. Top,
bottom and lock rails shall be provided either side of the panel 10mm
(5mm x 2) thick, 20mm wide cross PVC sheet be provided as gap insert
for top rail & bottom rail panellingof 5mm thick both side PVC sheet to
be fitted in the MS frame welded / sealed to the styles & rails with 7mm
(5mm+2mm) thick x 15mm wide PVC sheet beading on inner side, and
joined together with solvent cement adhesive. An additional 5mm thick
PVC strip of 20mm width is to be stuck on the interior side of the 'C'
channel using PVC solvent adhesive etc., complete as per direction of
Engineer-in-charge. Manufacturer's specification & drawing (for WC
and bathroom door shutter).

Rate in Words : Rs.


11 Providing and fixing 1st quality ceramic glazed wall tiles conforming to 25 sqm One
IS: 15622 (thickness to be specified by the manufacturer ) of approved Square
make in all colours, shades except burgundy, bottle green, black of any Metre
size as approved by Engineer-in-charge in skirting, risers of steps and
dados over 12mm thick bed of Cement Mortar 1:3 (1 Cement : 3
Coarse sand) and jointing with grey cement slurry @ 3.3 Kg. per sqm.
including pointing in white cement mixed with pigment of matching
shade complete.

Rate in Words : Rs.


12 Providing and laying Ceramic glazed floor tiles 300x300 mm (thickness 6 sqm One
to be specified by the manufacturer ) of 1st quality conforming to IS: Square
15622 ofapproved make in colours such as White, Ivory, Grey, Fume Metre
Red Brown, laid on 20 mm thick Cement Mortar 1:4 (1 Cement : 4
Coarse sand) including pointing the joints with white cement and
matching pigment etc. complete.

Rate in Words : Rs.


13 18 mm cement plaster in two coats under layer 12 mm thick cement 15 sqm One
plaster 1:5 (1 cement : 5 coarse sand )finished with a top layer 6 mm Square
thick cement plaster 1:6 ( 1 cement : 6 fine sand ) Metre
Rate in Words : Rs.
14 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5
sq.metres and under including cutting the patch in proper shape, raking
out joints and preparing and plastering the surface of the walls
complete including disposal of rubbish to the dumping ground within 50
metres lead :

31
a) With cement mortar 1:4 ( 1 cement : 4 fine sand ) 10 sqm One
Square
Metre
Rate in Words : Rs.
15 Renewing glass panes, with putty and nails wherever necessary :
a) Float glass panes of thickness 4 mm. 5 sqm One
Square
Metre
Rate in Words : Rs.
16 Renewing glass panes, with wooden fillets wherever necessary :
a) Float glass panes of thickness 4 mm. 5 sqm One
Square
Metre
Rate in Words : Rs.
17 Renewal of old putty of glass panes (length) 5m One
Metre
Rate in Words : Rs.
18 White washing with lime to give an even shade:
a) Old work ( two or more coats ) 450 One
Square
Metre.
Rate in Words : Rs.
19 Distempering with oil bound washable distemper of approved brand and
manufacture to give an even shade.
a) Old work (one or more coats) 800 sqm One
Square
Metre
Rate in Words : Rs.
20 Painting with synthetic enamel paint of approved brand and
manufacture of required colour to give an even shade :
a) One or more coats on old work. 145 sqm One
Square
Metre
Rate in Words : Rs.
21 Demolishing brick work manually / by mechanical means including
stacking of serviceable material and disposal of unserviceable material
within 50 metres lead as per direction of Engineer-in-charge.:
a) In cement mortar 3 cum One
Cubic
Metre
Rate in Words : Rs.
22 Providing and laying 60mm thhick factory made cement concrete 35 sqm One
interlocking paver block of M-30 grade made by block making machine Square
with strong vibratory compaction and of approved size and design / Metre
shape laid in required colour and pattern over and including 50mm thick
compacted bed of coarse sand, filling the joints with fine sand etc., all
complete as per the direction of Engineer-in-charge.

Rate in Words : Rs.

32
23 Providing and fixing white vitreous china pedestal type water closet
(European type) with seat and lid, 10 litre low level white flushing
cistern & CP flush bend with fittings & C.I. . brackets, 40 mm flush
bend, overflow arrangement with specials of standard make and
mosquito proof coupling of approved municipal design complete
including painting of fittings and brackets, cutting and making good the
walls and floors wherever required:

a) W.C. pan with ISI marked white solid plastic seat and lid 2 no Each
Rate in Words : Rs.
24 Providing and fixing white vitreous china flat back or wall corner type
lipped front urinal basin of 430 x 260 x 350 mm and 340 x 410 x 265
mm sizes respectively with automatic flushing cistern with standard
flush pipe and C.P. brass spreaders with brass unions and G.I. clamps
complete, including painting of fittings and brackets, cutting and
making good the walls and floors wherever required :
a) One urinal basin with 5 litre P.V.C. automatic flushing cistern . 2 no Each
Rate in Words : Rs.
25 Providing and fixing white vitreous china wash basin including making
all connections but excluding the cost of fittings :
a) Flat back wash basin of size 550 x 400 mm. 2 no Each
Rate in Words : Rs.
26 Providing and fixing mirror of superior glass ( of approved quality ) and
of required shape and size with plastic moulded frame of approved
make and shade with 6 mm thick hard board backing :
a) Rectangular shape 453 x 357 mm. 4 no Each
Rate in Words : Rs.
27 Providing and fixing PTMT liquid soap container 109 mm wide 125 2 no Each
mm high and 112 mm distance from wall of standard shape with bracket
of the same materials with snap fittings of approved quality and colour
weighing not less than 105 gms
Rate in Words : Rs.
28 Providing and fixing PTMT towel ring trapezoidal shape 215 mm long, 2 no Each
200mm wide with a minimum distances of 37 mm from wall face with
concealed fittings arrangement of approved quality and colour
weighing not less than 88 gms.
Rate in Words : Rs.
29 Providing and fixing brass bib cock of approved quality :
a) 15 mm nominal bore 2 no Each
Rate in Words : Rs.
30 Providing and fixing brass stop stock of approved quality :
a) 15 mm nominal bore 2 no Each
Rate in Words : Rs.

33
31 Providing and fixing anodised aluminium work for doors, windows,
ventilators and partitions with extruded built up standard tubular and
other sections of approved make conforming to IS:733 and IS:1285,
fixed with rawl plugs and screws or with fixing clips, or with expansion
hold fastners including necessary filling up of gaps at junctions, at top,
bottom and sides with required PVC / Neoprene felt etc. Aluminium
sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, Aluminium snap
beading for glazing / panelling, C.P. brass / stainless steel screws, all
complete as per architectural drawings and the directions of Engineer-
in-charge. (Glazing and panelling to be paid for separately.)

a) For fixed portion


(i) Anodised aluminium (anodised transparent or dyed to required shade 165 Kg. One
according to IS : 1868, Minimum anodic coating of grade AC 15 ) Kilogr
am
Rate in Words : Rs.
b) For shutters of doors, windows and ventilators including providing and
fixing hinges/pivots and making provision for fixing of fittings
wherever required including the cost of PVC/neoprene gasket required
(Fittings shall be paid for separately.)
(i) Anodised aluminium ( anodised transparent or dyed to required shade 45 Kg. One
according to IS: 1868, Minimum anodic coating of grade AC 15 ). Kilogr
am
Rate in Words : Rs.
32 Providing and fixing PVC netlon mesh for ventilators window shutters 5 sqm One
etc., complete as directed by the Engineer-in-charge cost including Square
male/female strips type cliping alround netlon mesh with necessary metre
nails, screws etc.
Rate in Words : Rs.
33 Credit to department for taking away unserviceable sanitary / water 5 Kg. One
supply. Kilogr
a) All brass fittings. am

Rate in Words : Rs.


34 Credit to the department:
Dismantling and taking away the windows as in condition :

a) Angle iron and shutters made of country wood frame and shutters made 6 sqm One
of particle board. Square
metre
Rate in Words : Rs.
b) Steel windows. 18 sqm One
Square
metre
Rate in Words : Rs.
35 Disposal of dismantled building material / rubbish to the Municipal 3 cum One
limits above 10KM. Cubic
metre
Rate in Words : Rs.

34
36 Providing and fixing PVC (SWR) floor trap of approved quality and 5 no Each
make confirming to IS 7839 & 5239 of self cleansing design of
150x150mm size and locking with PVC half round strainer with
provision of 1to3 waste inlets and outlets of range 75 to 40mm dia. for
different appliances, all complete including the cost of cutting and
making good the walls and floors etc.
(Note: Minimum water seal - 50mm )

Rate in Words : Rs.


37 Providing and fixing rigid (unplasticised) PVC soil waste and vent pipe 5m One
(SWR) for working pressure 6 Kg/sqcm confirming to IS: 13592 Metre
including jointing with seal ring conforming to IS: 5382 with solvent
cement or rubber lubricant.
a) 110mm diameter.

Rate in Words : Rs.


38 Providing and fixing rigid (unplasticised) PVC (SWR) injection
moulded fittings / accessories for pressure of 6 Kg/sqcm confirming to
IS 13595 and jointing with T shaped rubber seal etc.
a) Single tee with door 110x110x110mm 1 no Each
Rate in Words : Rs.
b) Bend : 110mm 1 no Each
Rate in Words : Rs.
39 Cleaning of sewer lines, manholes etc., cost includes all labour for 5 no Each
removing the silt, slush, waste etc., and roding the sewer line, by mobile
sewer roding equipment from manhole to manhole to clear the
blockage, chokes etc.,
Sewer line upto 150mm dia.

Rate in Words : Rs.


40 Construction chemicals for attending roof repair work and patch 10 ltr One
plastering wherever reinforcement is exposed. litre
Rate in Words : Rs.
Total Amount

 
(Total Rupees ………………………………….…………………………..)

Contractor Executive Engineer© 


 
 

35

S-ar putea să vă placă și