Sunteți pe pagina 1din 145

ANNEXURE -A :Guidelines for fixing eligibility criteria for two/three envelope system and filling up the blanks in DRAFT

NIT Name of work :_________________________________________________ BSNL W - 6. 7 8 Sl. No. 9 10 1 11 2 12 13 The Executive Engineer, BSNL Civil Division, Mohali, camp at 3rd floor, room no 358,Telephone Bhawan, Sector 17 Chandigarh. (Phone No.0172-2728901) invites on behalf of Bharat Sanchar Nigam Limited for Director IISER, Mohali, Punjab, Sealed ( Stapled/Stitched & Taped / Wax sealed ) Item Rate Tenders from eligible Contractors in two envelope system for the work of Name of work: - Construction of Academic Block No 2 for Indian institute of Science education & Research at Mohali (Pb) including internal Electrical Installations . Estimated cost put to tender : Civil works Rs 206217784.00+ Electrical work Rs 8339002.00 Earnest Money Deposit : Rs 4295136.00 Time period for completion = 17 (seventeen) months. The last date of receipt of application and issue of Tender documents shall be 30-06-2011 and 01-07-2011upto 4.00 P.M respectively. Pre Bid Conference shall be held in the chamber of Chief Engineer (Civil), BSNL, 3rd floor, Telephone Bhawan, Sector 17, Chandigarh on 29-06-2011 at 11 hrs to clear doubt of intending tenderers, if any. Tenders will be received upto 15.00 P.M on 04-07-2011 and the envelope containing the eligibility documents will be opened on the same day at 15.30 P.M. The time and date of opening of Financial bid shall be communicated at a later date. For detailed information and full NIT, please log on to web site www.punjab.bsnl.co.in or contact the Executive Engineer(C) BSNL W-8(Abridged version) Proforma of Schedules Additional Conditions of Contract.

FOR PRESS RELEASE ONLY

BRIEF PRESS NOTICE


(A Government of India Enterprise)

Special Conditions for Steel having seismic Zone V.

BHARAT SANCHAR NIGAM LIMITED

TENDER NOTICE work Special condition for specialized NO 01/EE(C)/CD/Mohali/NIT/ 2011-12 dated 13-06-2011

Executive Engineer BSNL Civil Division Mohali

INDEX Name of work: C/o Academic Block -2 I.I.S.E.R. Mohali including Internal Electrical Installation. Sl No. 1. 2. 3. 4. 4(i) 4(ii) 4(iii) Details Index Brief Press notice Notice inviting Tender Details of eligibility criteria/documents SECTION-I Brief particulars of the work SECTION-2 Information & Instruction for the bidders SECTION-3 Specimen forms for the eligibility documents to be submitted in separate Envelop1 as per NIT Letter of Transmittal FORM-A (financial information) FORM-B (Solvency certificate) FORM-C (Details of works completed) FORM-D (Project under execution) FORM-E (Performance report) FORM-F (Structure and organization) FORM-G (Technical and administrative personnel to be employed for the work ) (ix) FORM-H (Details of plant and equipment) ANNEXURE-I Evaluation Criteria ANNEXURE-II Declaration for downloaded tender ANNEXURE-III Certificate for near relative ANNEXURE-IV Important instructions to tenderers who have downloaded the tender document from web site BSNL W-6 BSNL W-8 (Abridged version) Proforma of schedule Particular specification or work Special Conditions Schedule of Quantities BSNL-8 General Conditions of Contract Electrical component (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) From 2 1 3 8 9 15 Pages To 2 1 7 8 14 24

4(iv) 4(v) 4(vi) 4(vii) 5 6 7 8 9. 10. 11. 12.

25 26 27 28

25 26 27 28

29 35 36 37 38 41 72 85 50 61 86 123 Refer Web site www.civil.bsnl.co.in 124 145

All the Forms & Annexures as per above specimens at Sr. No. 4 are to be kept in Envelope-I marked Earnest Money plus cost of Tender and eligibility documents

BSNLW 6
Bharat Sanchar Nigam Limited (A Government of India Enterprise)

INVITATION FOR TENDER


TENDER NOTICE NO 01/EE(C)/CD/Mohali/NIT/ 2011-12 dated 13-06-2011

1.The Executive Engineer(Civil), BSNL Civil Division ,Mohali on behalf of BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) for Director, IISER, Sector 81, Mohali, Punjab, invites the Sealed ( Stapled/Stitched & Taped / Wax sealed ) Item Rate Tenders from eligible Contractors (to be evaluated as per the eligibility criteria specified here under) in two envelope system for the following work:Sl. Name of work No. 01. Construction of Academic Block No 2 for Indian Estimated cost Rs.. 214756786.00 Period of completion 17 Months (Seventeen months).

Institute of Science Education & Research at Mohali Punjab including Internal Electrical installations

2.Eligibility Criteria :Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted. (a) (i) Should have satisfactorily completed Three similar works each costing not less than Rs. 8,59,03,000.00 o r Two similar works each costing not less than Rs. 12,88,54,000.00 or One similar work costing not less than Rs 17,18,05,000.00 during the last seven years ending the 31.05.2011 And (ii) One completed work of any nature(either part of (i) above or a separate one) costing not less than the amount equal to Rs 85903000.00 with some Central / State Government Organization/Central Autonomous Body/Central Public Sector Undertaking. and (iii) One completed work of para (i) above costing not less than the amount equal to Rs 85903000.00 should be minimum five storyes. Similar work means 'Building work with RCC Framed Structure. The value of executed works shall be brought to current costing level by enhancing the actual value of executed work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders.

(b) Should have average annual financial turnover of Rs. 6,44,27,000.00 on civil construction works during the immediate last three years ending 31-03-2011. (c) Should not have incurred any loss in more than two years during the immediate last five consecutive years ending 31 st March 2011. (d) Should have a solvency of Rs 85903000.00 (e) The Bidder should have valid EPF registration as on the date of opening of tender. In addition the successful tendered shall have to take service tax number from concerned authority within one month of issue of letter of intent. 3.1The last date of receipt of applications for issue of tender forms in prescribed format(can also be download form BSNL website www.punjab.bsnl.co.in) and date of issue of tender forms from Division Office will be as follows: i) Last date of receipt of application 30-06-2011 upto 16.00 hours. ii) Last date of issue of tender forms 01-07-2011upto 16.00 hours. 3.2Tender documents consisting of specifications, the schedule of quantities of the various classes of work to be done and set of terms and conditions of the contract to be complied with by the Contractor whose tender may be accepted and other necessary documents, can either be down loaded from the BSNL website www.punjab.bsnl.co.in or be seen in the office of the Executive Engineer, BSNL Civil Division, Mohali between 11.00 hours & 16.00 hours from 14-06-2011 to 01-07-2011every day 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) Rs1500.00 (Rs Fifteen Hundred) in cash as cost of tender (Non refundable) and (ii) Earnest money of Rs. 42,95,136.00 (Rupees Forty two lacs ninety five thousand one hundred thirty six only) only) in 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-II, Chandigarh. A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, 50% of earnest money or Rs.20 lakh whichever is less will have to be deposited in shape prescribed above and balance in shape of Bank Guarantee. (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. 4. Submission of tender:- Tender shall be submitted in following manner: 4.1 In case the tender document is down loaded from BSNL website

4.1.1

"Earnest money plus cost of tender and eligibility documents as prescribed in the tender " shall be placed in sealed envelope-1 marked "Earnest money plus cost of Tender and eligibility documents".

4.1.1.1 The eligibility documents are to be submitted as per the information / instructions/specimen forms given under Sl. No. (4) in the Index Page of Tender Document given therein from 4(i) to 4(vi) and is to be kept in Envelope-1. 4.1.2 The "Financial Bid" shall be placed in sealed Envelope-2 and should be superscripted as "Financial Bid".

4.1.2.1 The whole Tender documents after doing the needful including filling the rates in Schedule of Quantities will form financial bid and is to be kept in Envelope-2 4.2 In case tender document is purchased from Division office 4.2.1 Proof /receipt of paying the cost of tender , Earnest money and prescribed in the tender to be placed in sealed Envelope - 1. eligibility documents as

4.2.1.1 The eligibility documents are to be submitted as per the information / instructions/specimen forms given under Sl. No. (4) in the Index Page of Tender Document given therein from 4(i) to 4(vi) and is to be kept in Envelop-1. 4.2.2 Envelope no. 2 will be as per Para 4.1.2 & 4.1.2.1

4.3 The sealed envelope no. 1 & 2 as above containing "Earnest money plus cost of Tender, Eligibility Documents", and the "Financial bid" shall be placed in another sealed envelope-3. 4.4 All the three envelopes shall be superscripted with following data on it. (i) (ii) (iii) Name of work. Name of tenderer. Last date of receipt of tender.

5. Tenders, which should always be placed in sealed envelope, in the manner detailed at para 4 above will be received by the Executive Engineer, BSNL Civil Division, Mohali up to 15.00 Hrs. on 04-07-2011and will be opened by him or his authorized representative in his office on the same day at 15.30 Hrs. After opening the main envelope 3, the envelope 1 containing the eligibility documents shall be opened first. The envelope 2 containing financial bid shall be opened only for those tenderers whose eligibility documents are found in order as per evaluation criteria given in Annexure-I of Financial Bid document. The date and time of opening the financial bids shall be communicated at a later date. 6. The tender in which rates are to be quoted should be properly bound and Sealed ( Stapled/Stitched & Taped / Wax sealed ). Loose / spiral bound submission (in case the tender is down loaded from website) shall be liable to be rejected out rightly. In case of any correction / addition / alteration / omission in tender document vis--vis tender document available on website shall be treated as non-responsive and shall be summarily rejected. The unopened financial bids shall be returned to the tenderers after the final decision on the tender is reached.

(i) Pre Bid conference shall be held on 29-06-2011 at 11.00.Hrs in the chamber of Chief Engineer (Civil), BSNL, 3rd floor, Telephone Bhawan, Sector 17, Chandigarh to clear the doubt of intending tenderers, if any . (ii) BSNL reserves the right to reject any prospective application without assigning any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid down criterion.
7. The company or firm or any other person shall not be permitted to tender for work in BSNL Civil Zone in which

his near relative(s) (directly recruited or on deputation in BSNL) is/are posted in any capacity either nonexecutive 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).

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.

All the intending tenderers will have to give a certificate as per Annexure-III of Financial Bid Document, that none of his / her such near relative(s) as defined above is/are working in the BSNL Punjab Civil Zone where he is going to apply for tender / work. 8. No Engineer of Gazetted /Executive rank or other Gazetted Officer/Executive employed in engineering or administrative duties in an Engineering Department of the Government of India/State Government or BSNL is allowed to work as a contractor for a period of two years after his retirement from Govt. service, without previous permission of the Govt. of India or BSNL in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India/ State Government or BSNL as aforesaid before submission of the tender or engagement in the contractor's service. 9. 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. BSNL will not pay any damages to the Company or Firm or the concerned person but damages arising on account of such cancellation to be born by the contractor. 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. 10. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on website www.civil.bsnl.co.in as well as in the Divisional office.

11.The tenderer shall furnish a declaration as per Annexure- II of Financial Bid Document, to the 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 / organization. 12. Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of work in BSNL. If such bidder happens to be enlisted contractor of any class in BSNL, his name shall also be removed from the approved list of contractors.

Executive Engineer (Civil), BSNL Civil Division Mohali

SECTION - 1
BRIEF PARTICULARS OF THE WORK.
1. Salient details of the work for which bids are invited are as under : Sl. Name of work No. 01. Construction of Academic Block No 2 for Indian Institute of
Science Education & Research at Mohali Punjab including Rs. Internal Electrical installations

Estimated cost 214756786.00

Period of completion 17 months (Seventeen Months).

2. All drawings (architectural/structural/services) for the work shall be made available by the Department. 3. The work is situated at IISER, Sector 81, Mohali, Punjab. 4. General features and major components of the work are as under : (i) RCC framed structure building with Ground + 4 stories( 5 Floors) with about 23.9 mtrs. height above ground level. (ii) The type of RCC pile foundation. foundation of the building shall be under reamed

(iii) Water supply & Sanitary Installation, internal electrical installations and External Services are also included

5.

Work shall be executed according to General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED which are available on website www.civil.bsnl.co.in as well as in the Division office.

SECTION - 2
INFORMATION & INSTRUCTIONS FOR BIDDERS
1.0 General 1.1 Model Letter of transmittal and other forms for deciding eligibility are given in Section-III. 1.2. All information called for in the model forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a "nil" or "No such case" entry should be made in that column. If any particulars/query is not applicable in case of the bidder, it should be stated as "not applicable". The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or marking any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified. Bids made by telegram or telex and those received late will not be entertained. The bid should preferably be type-written. The bidder should sign on each page of the application. Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if any added by the contractor, should also be numbered by him. They should be submitted as a package with signed letter of transmittal. References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an Officer not below the rank of Executive Engineer or equivalent. The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of eligibility criteria document unless it is called for by the Employer. Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of work in BSNL. If such bidder happens to be enlisted contractor of any class in BSNL, his name shall also be removed from the approved list of contractors. The Tender document in prescribed form duly completed and signed shall be submitted in a sealed cover. The sealed cover superscribed "Eligibility Documents" and "Financial Bid" separately as prescribed in the NIT ( detailed Press Notice and BSNL W- 6) for
Construction of Academic Block No 2 for Indian Institute of Science Education & Research at Mohali Punjab including Internal Electrical installations

1.3. 1.4.

1.5.

1.6.

1.7.

1.8.

shall be received by Executive Engineer(Civil) or his authorized representative up to 3.00 P.M. on 04.07.2011. Document submitted in connection with eligibility document be treated confidential and will not be returned.
9

2.0 2.1

Definitions: In this document, the following words and expressions have the meaning hereby assigned to them. Employer: Means the BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise), acting through the Executive Engineer(Civil), BSNL Civil Division , Mohali. Bidder: Means the individual, proprietary firm, firm in partnership, limited company, private or public or corporation. "Year" means "Financial year" unless stated otherwise. Method of application: If the bidder is an individual, the application shall be signed by him above his full type written name and current address. If the bidder is proprietary firm, the application shall be signed by the proprietor above his full typewritten name and full name of his firm with its current address. If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case, a certified copy of the power of attorney should accompany the application. In both cases, a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application. If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary. Final decision making authority: BSNL reserves the right to accept or reject any bid and to annul the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders.

2.2

2.3

2.4 3.0 3.1

3.2

3.3

3.4

4.0

5.0

Particulars provisional: The particulars of the work given in Section-I are provisional. They are liable to change and must be considered only as advance information to assist the bidder.

6.0

Site visit: The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to familiarize himself, collect all information that he considers necessary for proper assessment of the prospective assignment.

10

7.0

Initial criteria for eligibility:

7.1 Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted. (i) Should have satisfactorily completed Three similar works each costing not less than Rs 85903000.00 Two similar works each costing not less than Rs 128854000.00 One similar work costing not less than Rs 171805000.00 during the last seven years ending the last day of the month previous to the one in which the application is invited. And (ii) One completed work of any nature(either part of (i) above or a separate one) costing not less than the amount equal to Rs 85903000.00 with some Central / State Government Organization/Central Autonomous Body/Central Public Sector Undertaking. and (iii) One completed work of para (i) above costing not less than the amount equal to Rs 85903000.00 should be minimum five storeyes Similar work means ' RCC Framed Structure building work. The value of executed works shall be brought to current costing level by enhancing the actual value of executed work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders. or or

7.2 The bidder should have had average annual financial turn over (gross) of Rs 64427000.00 on civil construction works during the immediate last three consecutive financial years. This should be duly audited by a Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

7.3 The bidder should not have incurred any loss in more than two years during the immediate last five consecutive financial years, duly certified by the Chartered Accountant.

7.4 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [AxNx2] - B. Where,

11

A = Maximum value of construction works executed in any year during the last seven years taking into account the completed as well as works in progress. N = Number of years prescribed for completion of work for which bids has been invited. B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited.

7.5 The bidder should have a solvency of Rs 85903000.00 certified by his Bankers. 7.6 The bidder should own construction equipment required for the proper and timely execution of the work. 7.7 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work. 7.8 The bidder's performance for each work completed in the last seven years and in hand should be certified by an Officer not below the rank of Executive Engineer or equivalent and should be obtained in sealed cover.

8.0

Evaluation criteria: Evaluation of the performance of contractors for eligibility shall be done by Chief Engineer (Civil) or a committee constituted by him. If required, the works executed by the bidders who otherwise qualify may be got inspected by a Committee or any other authority as decided by Chief Engineer (Civil).

8.1 8.1.1

The details submitted by the bidders will be evaluated in the following manner: The initial criteria prescribed in para 7.1 to 7.8 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will first be scrutinized and the bidder's eligibility for the work determined. The bidders qualifying the initial criteria as set out in para 7.1 to 7.8 above will be evaluated for following criteria by scoring method on the basis of details furnished by them:

8.1.2

(a) Financial strength (Form "A" & "B") (b) Experience in similar nature of work during last seven years (Form - "C") (c) Performance on works (Form - "E") - time over run (d) Performance on works (Form - "E") - quality

Maximum 20 marks. Maximum 20 marks.

Maximum 20 marks. Maximum 15 marks.

12

(e) Personal and Establishment (Form - "F" & "G") (f) Plant & Equipment (Form - "H")

Maximum 10 marks. Maximum 15 marks. Total 100 marks.

The scoring for evaluation shall be done as per ANNEXURE- I To become eligible for short listing, the bidder must secure at least fifty percent marks in each and sixty percent marks in aggregate. BSNL , however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it. 8.2 Even though any bidder may satisfy the above requirements, he would be liable to disqualification if he has: (a) made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the eligibility criteria document. (b) record of poor performance such as abandoning work, not properly completing the contract, or financial failures / weaknesses etc. 9.0 Financial information: Bidder should furnish the following financial information: Annual financial statement for the last five years in (Form - "A") & solvency certificate in (Form - "B"). 10.0 10.1 Experience in works highlighting experience in similar works. Bidder should furnish the following in the eligibility document : (a) List of all works of similar nature successfully completed during the last seven years in (Form - "C"). (b) List of the projects under execution or awarded in (Form - "D"). 10.2 Particulars of completed works and performance of the bidder duly authenticated/certified by an Officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress in (Form - "E"). Information in (Form - "D") should be complete and no work should be left out. Organization information: Bidder should furnish the following in the eligibility document:

10.3 11.0

13

a)Structure and organization in Form - "F" b)Details of Technical and administrative personnel to be employed for the work in Form-"G". 12.0 Construction plant and equipment: Bidder should furnish the following in the eligibility document: a) List of construction plant and equipment likely to be used in carrying out the work in Form "H". 13.0 Letter of transmittal: The bidder should submit the Letter of Transmittal in the eligibility document along with above forms. 13.1 14.0 The Bidder should submit EPF registration Certificate valid as on date of opening of tender. Opening of price bid (financial bid) & its validity: After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The bids shall remain valid for 90 days from the last date of its submission. 15.0 15.1 Award criteria: The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to: (a) Amend the scope and value of contract to the bidder. (b) Reject any or all the applications without assigning any reason. 15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

14

SECTION -3
Specimen Letter of Transmittal & Forms for The eligibility documents to be submitted in separate Envelope-1 marked "Earnest money plus cost of Tender and eligibility documents" as per NIT.

15

SPECIMEN LETTER OF TRANSMITTAL From: .. To .. : The Executive Engineer (Civil), BSNL Civil Division , Mohali

Subject:-Submission of bids for the work of Construction of Academic Block No 2 for Indian Institute of Science Education
& Research at Mohali Punjab including Internal Electrical installations

Sir, I/we hereby submit the relevant information in Envelop-1 marked " Earnest money plus cost of Tender and eligibility documents". Having examined the details given in press notice and tender document for the above work, 1. 2. 3. I/we hereby certify that all the statement made and information supplied in the enclosed FORM "A" to "H" , Annexure- I to III and accompanying statements are true and correct. Besides FORM "A "to "H "& Annexure-I to III , we also submit herewith the copies/ copy of the (i) PAN Card in respect of the Firm/ Individual. (i) We also submit herewith the attested copy of the valid EPF Registration. (ii) A declaration is also hereby submitted which will become part of the Agreement. " I / We ------------------------------------------------------------------------------------- do hereby solemnly declare that I shall abide by all the rules/conditions/provisions of EPF and Miscellaneous Provision Act 1952. In case of default by the undersigned, the sole responsibility shall be mine / us". I/we have furnished all information and details necessary for eligibility and have no further pertinent information to supply. I/we submit the requisite certified solvency certificate and authorize the Executive Engineer (Civil), BSNL, Civil Division , Mohali to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/we also authorize Executive Engineer (Civil), BSNL, Civil Division Mohali to approach individuals, employers, firms and corporation to verify our competence and general reputation.
I/We furnish a declaration in prescribed form as per Annexure-II, to the effect that in the 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 has been signed and stamped with seal of his firm / organization .

4. 5.

6.

7.

We also enclose the necessary certificate as per Annexure-III, that no near relatives are working in BSNL Punjab Civil Zone as per prescribed form.

Enclosures: As above. Seal of Bidder Date of submission Signature(s) of Bidder(s)


16

FORM - "A"
FINANCIAL INFORMATION I. Financial Analysis-Details to be furnished duly supported by figures in balance sheet/profit & loss account for the last FIVE years duly certified by the Chartered Accountant, as submitted by the applicant to the Income-Tax Department (Copies to be attached). Years

a)

Gross annual turn over Profit/ Loss

b) II. III.

Financial arrangements for carrying out the proposed work. Solvency Certificate from Bankers of the bidder in the prescribed Form-"B"

Signature of Chartered Accountant with Seal

Signature of Bidder(s)

17

FORM -"B"
FORM OF BANKERS' SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s. / Sh .. having marginally noted address, a customer of our Bank are/is respectable and can be treated as good for any engagement up to a limit of Rs. (Rupees ...) This certificate is issued without any guarantee or responsibility on the Bank or any of the Officers.

(Signature) For the Bank

Note:

(1)

Bankers certificate should be on letter head of the Bank, sealed in cover addressed to tendering authority. In case of partnership firm, the certificate should include names of all partners as recorded with the Bank.

(2)

18

FORM - "C"
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS ENDING LAST DAY OF THE MONTH May 2011
Sl. No. Name of work/ project and location Owner of sponsoring organization Cost of work in Crores of rupees Date of commencement as per contract Stipulated date of completion Actual date of completion Litigation / arbitration cases pending in progress with details** 8 Name and address / telephone of officer to whom reference may be made 9 number of storeys / Remarks

10

**Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Bidder(s)

19

FORM-"D"
PROJECTS UNDER EXECUTION OR AWARDED
Sl. No. Name of work/ project and location Owner of sponsoring organization Cost of work in Crores of rupees Date of commencement as per contract Stipulated date of completion Up to date percentage progress of work Slow progress if any and reasons thereof Name and address / telephone of officer to whom reference may be made 9 Remarks

10

Certified that the above list of works is complete and no work has been left out and that the information given is correct to my knowledge and belief.

Signature of Bidder(s)
20

FORM - "E" PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS-"C" & "D"(WORK WISE)

1. 2. 3. 4. 5. 6.

Name of work / project & location Agreement No. Estimated Cost Tendered cost Date of start Date of completion:(i) (ii) Stipulated date of completion Actual date of completion

7. 8. 9.

Amount of compensation levied for delayed completion, if any. Amount of reduced rate items, if any. Performance Report:(1) (2) (3) (4) (5) Quality of work Financial soundness Technical proficiency Resourcefulness General behaviour Very Good / Good / Fair / Poor Very Good / Good / Fair / Poor Very Good / Good / Fair / Poor Very Good / Good / Fair / Poor Very Good / Good / Fair / Poor

Dated:

Executive Engineer or Equivalent.

21

FORM - "F" STRUCTURE AND ORGANISATION 1. 2. 3. Name and address of bidder: Telephone No. / Telex / Fax No.: Legal status of the Bidder (attach copies of original document defining the legal status) (a) An individual (b) A proprietary (c) A firm in partnership (d) A limited company or corporation a) Particulars of registration with various Government Bodies (attach attested photocopy). Organisation / Place of registration Registration No. (I) (II) (III) b) Particulars of PAN Card of the bidder ( attach attested photocopy). c) Particulars of EPF Registration valid on the date. ( attach attested photocopy). 5. 6. 7. Names and titles of Directors & Officers with designation to be concerned with this work. Designation of individuals authorized to act for the organization. Was the Bidder ever required to suspend construction for a period of more than six months continuously after he commenced the construction? If so, give the name of the project and reasons of suspension of work. Has the Bidder or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment. Has the Bidder, or any constituent partner in case of partnership firm, ever been debarred / black listed for tendering in any organization at any time? If so, give details. Has the Bidder, or any constituent partner in case of partnership firm, ever been convicted by the court of law? If so, give details. In which field of Civil Engineering construction the Bidder has specialization and interest. Any other information considered necessary but not included above.

4.

8.

9.

10.

11. 12.

Signature of Bidder(s)

22

FORM - "G" DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK
Sl No. Designation Total number Number available for this work Name Qualifcations Professional experience and details of work carried out How these would be involved in this work Whether related to any BSNL Employee( Ref Clause 14 of BSNL W-6) $ 9 Remarks.

10

Signature of Bidder(s) $- A certificate is to be submitted by bidder in this respect as per the prescribed form.

23

FORM - "H"
DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK
Sl. No. Name of equipment Nos. Capacity or type Age Condition Presently owned 7 Ownership status Leased 8 To be purchased 9 Current location Remarks

10

11

Equipment for Concrete work 1. building hoist 2. Concrete Hopper Mixer 3. Needle/Plate Vibrator (electrical/Petrol) Equipment for Building work 1. Bar bending Machine. 2. Welding Machine 3. Steel centering & Shuttering. 4. Steel scaffolding 5. Grinding/ Polishing Machine

De-watering Equipment 1. water Pump Power equipment 1. Diesel generators

Signature of Bidder(s)

24

ANNEXURE-I CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE-ELIGIBILTY


No. (a) Attributes Financial strength (20marks) (i) Average annual Turnover- 16marks (ii)solvency Certificate: 4marks Experience in similar class of works (20marks) Performance on works(time over run) (20marks) Parameter Calculation for points Evaluation (i) 60% marks for minimum eligibility criteria. (ii) 100% marks for twice the minimum eligibility criteria or more. In between (i) & (ii) - on pro-rata basis. (i) 60% marks for minimum eligibility criteria. (ii) 100% marks for twice the minimum eligibility criteria or more. In between (i) & (ii) - on pro-rata basis.

(b)

(c)

Score

If TOR = 3.00 1.00 2.00 >3.50 20 15 10 10 (i) without levy of compensation 20 5 0 -5 (ii) with levy of compensation 20 10 0 0 (iii) Levy of compensation not decided TOR= AT/ST, where AT=Actual time; ST= Stipulated Time. Note: marks for value in between the stages indicated above is to be determined by straight line variation basis. (d)

Maximum Marks 20

(e)

(f)

Performance of works(quality) (15 marks) (i) Very Good 15 (ii) Good 10 (iii) Fair 5 (iv) Poor 0 Personnel and Establishment(Max 10 marks) (i) graduate Engineer 3marks for each (ii) Diploma holder Engineer 2marks for each up to Max. 4marks (iii) supervisory/foreman 1mark for each up to Max.3marks Plant & Equipment (Max.15marks) : 1 mark for each up to Max.2 marks (i) Hopper Mixer : 1 mark for each up to Max.2 marks (ii) Truck/Tippers/Transit Mixer : 2 mark for each 2500 sqm up to Max. 4 marks (iii) Steel shuttering : 2 marks for each up to Max.4 marks (iv )Tower crane : 2 mark for each up to Max.4 marks (v) Building Hoist : 1 mark for each up to Max. 2marks (vi) Excavator : 1 marks for each up to Max. 2marks (vii) water pumps : 1 mark for each up to Max.2 marks (viii) Bar bending machines : 2 mark for each 1500m up to Max. 4 marks (ix) steel scaffolding : 1 marks for each up to Max. 2marks (x) diesel generator : 1 marks for each up to Max. 2marks (xi) grinding/polishing machines : 1 marks for each up to Max. 2marks (xii) needle/plate vibrators

25

ANNEXURE-II
(DECLARATION TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB) It is to certify that 1 2. 3. I / We have submitted the tenders in the Proforma as downloaded directly from the website. I / We have submitted tender documents which are same / identical as available in the website. I / We have not made any modification / corrections / additions etc. in the tender documents downloaded from web by me / us. I / We have checked no page is missing and all pages as per the index are available & that all pages of tender document submitted by us are clear and legible. I / We have signed (with stamp) all the pages of the tender document before submitting the same. I / We have sealed the tender documents properly before submitting the same. I / We have submitted the cost of tender along with the EMD and all Credentials. I / We have read carefully and understood the important instructions to the all tenderers who have downloaded the tenders from the web. In case at any stage later, it is found there is difference in our downloaded tender documents from the original, 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 later, it is found that there is difference in our downloaded tender documents from the original, the tender / work will be cancelled and Earnest Money / Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account. In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, I / We may also be debarred for further participation in the tender in the concerned BSNL Civil Zone and would render me / us liable to be removed from the approved list of contractors of the Department. (CONTRACTOR) (SIGN WITH SEAL)
ADDRESS: . . . . . . . . . . . . PHONE NOS.: . . . . . . . . . .. Mobile No: .. E-MAIL . . .

4.

5. 6. 7. 8.

9.

10.

11.

Dated ..

.............

26

ANNEXURE-III

CERTIFICATE FOR NEAR RELATIVES

"IS/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."

SIGNATURE OF CONTRACTOR

27

ANNEXURE-IV
IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM WEBSITE
The tenderers who have downloaded the tenders from the web, should read the following important instructions carefully before actually quoting the rates & submitting the tender document:

1.

The tenderer should see carefully & ensure that the complete tender document including schedule of quantity as per the index given on page '2' has been downloaded properly & there are 145 pages only in all in the tender document excluding blank pages, if any. The printout of tender document should be taken on A-4 size paper only & the printer settings etc are such that document is printed as appearing in the web & there is no change in formatting, number of pages etc.

2.

3. 4. 5. 6. 7.

The tenderer should ensure that no page in the downloaded tender document is missing. The tenderer should ensure that all pages in the downloaded tender document are legible & clear & are printed on a good quality paper. The tenderer should ensure that every page of the downloaded tender document is signed by tenderer with stamp (seal). On page '36' of the downloaded tender document, the name of the tenderer should be filled by the tenderer. The tenderer should ensure that the downloaded tender document is properly bound and sealed ( Stapled/Stitched & Taped / Wax sealed ) before submitting the same.

8.
9. 10.

The loose / spiral bound tenders shall be rejected out-rightly.


In case of any correction/addition/alteration/omission in the tender document, it shall be treated as non-responsive and shall be rejected. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender document submitted and it is identical to the tender document appearing on Website.

11. 12. 13.

The tenderer should read carefully & sign the declaration given on page no.26 before submitting the tender. The cost of tender should be submitted separately in the envelope containing the EMD as detailed in NIT. In case of any doubt in the downloaded tender, the same should be got clarified from the o/o EXECUTIVE ENGINEER (C), BSNL CIVIL DIVISION, ,MOHALI before submitting the tender.

28

NOTICE INVITING TENDER


BSNL W-6

BHARAT SANCHAR NIGAM LIMITED


(A GOVERNMENT OF INDIA ENTERPRISE)
NOTICE INVITING TENDER
TENDER NOTICE NO 01/EE(C)/CD/Mohali/NIT/ 2011-12 dated 13-06-2011 nd 1.0 The Executive Engineer (civil), BSNL Civil Division Mohali, camp at 2 floor, room no 358 Telephone Bhawan Sector 17 Chandigarh invites, Item rate tenders in two envelope system on behalf of BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) for Director, IISER, Sector 81, Mohali, Punjab from eligible contractors( to be evaluated as per the eligibility criterion specified hereunder) for the work of " Construction of Academic Block No 2 for Indian Institute of Science Education & Research at Mohali Punjab including Internal Electrical installations." 1.1 The work is estimated to Cost 21,47,56,786.00(Rupees Twenty one crore forty seven lac fifty six thousand seven hundred eighty six only). 1.2 Tender will be issued to all intending tenderers on payment of requisite tender cost. 1.2.1 Eligibility criteria: Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted. (i) Should have satisfactorily completed Three similar works each costing not less than Rs 85903000.00 Two similar works each costing not less than Rs 128854000.00 One similar work costing not less than Rs 171805000.00 during the last seven years ending the last day of the month previous to the one in which the application is invited. And (ii) One completed work of any nature(either part of (i) above or a separate one) costing not less than the amount equal to Rs 85903000.00 with some Central / State Government Organization/Central Autonomous Body/Central Public Sector Undertaking. and (iii) One completed work of para (i) above costing not less than the amount equal to Rs 85903000.00 should be minimum five storeyes Similar work means '' RCC Framed Structure building work . The value of executed works shall be brought to current costing level by enhancing the actual value of executed work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders. or or

(iv)Should have average annual financial turn over of Rs 64427000.00 on civil construction works during the immediate last three years ending 31st March of previous financial year.

29

(v)Should not have incurred any loss in more than two years during the immediate last five consecutive years ending 31 st March of previous financial year. (vi)Should have a solvency of Rs.- 85903000.00 (vii)The Bidder should have valid EPF registration as on the date of opening of tender. In addition the successful tendered shall have to take service tax number from concerned authority within one month of issue of letter of intent. 2.0 Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL W-8 with up to date Correction Slips, which is available as a BSNL Publication in the office of the Executive Engineer, BSNL Civil Division, Mohali/ BSNL Web site www.civil.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 ( Stapled/Stitched & Taped / Wax sealed )) which will form part of the agreement. The time allowed for carrying out the work will be 17 months (Seventeen months) from the 15 (Fifteenth) 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. The site for the work is available. The last date of receipt of applications for issue of tender forms in prescribed format(can also be download from BSNL website www._punjab.bsnl.co.in) and date of issue of tender forms from Division Office will be as follows: i) Last date of receipt of application 30-06-11.upto 16.00 hours. ii)Last date of issue of tender forms 01-07-11 upto 16.00 hours. 6.0 Tender documents consisting of specifications, the schedule of quantities of the various classes of work to be done and set of terms and conditions of the contract to be complied with by the Contractor whose tender may be accepted and other necessary documents, can either be down loaded from the BSNL website www.punjab.bsnl.co.in or be seen in the office of the Executive Engineer, BSNL Civil Division, Mohali between 11.00 hours & 16.00 hours from 14-06-11 to 01-07-11.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) Rs1500/- (Rupees Fifteen hundred)in cash as cost of tender (Non refundable) and (ii) Earnest money of RS 4295136.00 (Rupees Forty two lacs ninety five thousand one hundred thirty six only) in 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-II Chandigarh . A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, 50% of earnest money or Rs.20 lakh whichever is less will have to be deposited in shape prescribed above and balance in shape of Bank Guarantee. (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.
th

3.0

4.0 5.0

30

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, BSNL Civil Division, Mohali upto 15.00 Hrs. on 04-07-2011 and will be opened by him or his authorized representative in his office on the same day at 15.30 Hrs. After opening the main envelope 3, the envelope 1 containing the eligibility documents shall be opened first. The envelope 2 containing financial bid shall be opened only for those tenderers whose eligibility documents are found in order. The date and time of opening the financial bids shall be communicated at a later date.

8.0 The description of the work is as follows:Construction of Academic Block No 2 for Indian Institute of Science Education & Research at Mohali Punjab including Internal Electrical installations

9.0 9.1

Submission of tender:- Tender shall be submitted in following manner: In case the tender document is down loaded from BSNL website

9.1.1 "Earnest money plus cost of tender and eligibility documents as prescribed in the tender " shall be placed in sealed envelope-1 marked "Earnest money plus cost of Tender and eligibility documents". 9.1.1.1 The eligibility documents are to be submitted as per the information / instructions/specimen forms given under Sl. No. (4) in the Index Page of Financial Bid given therein from 4(i) to 4(vi) and is to be kept in Envelope-1. 9.1.2 The "Financial Bid" shall be placed in sealed Envelope-2 and should be superscripted as "Financial Bid".

9.1.2.1 The whole documents after doing the needful including filling the rates in Schedule of Quantities will form financial bid and is to be kept in Envelope-2

9.2

In case tender document is purchased from Division office eligibility documents as

9.2.1 Proof /receipt of paying the cost of tender , Earnest money and prescribed in the tender to be placed in sealed Envelope- 1.

9.2.1.1 The eligibility documents are to be submitted as per the information / instructions/specimen forms given under Sl. No. (4) in the Index Page of Financial Bid given therein from 4(i) to 4(vi) and is to be kept in Envelop-1. 9.2.2 Envelope no. 2 will be as per Para 9.1.2 & 9.1.2.1

9.3 The sealed envelope no. 1 & 2 as above containing "Earnest money plus cost of Tender, Eligibility Documents", and the "Financial bid" shall be placed in another sealed envelope-3. 9.4 All the three envelopes shall be superscripted with following data on it. (i) Name of work. (ii) Name of tenderer. (iii) Last date of receipt of tender.

31

10.0 Tenders, which should always be placed in sealed envelope, in the manner detailed at para 9 above will be received by the Executive Engineer, BSNL Civil Division, Mohali upto 15.00 Hrs. on 04-07-11 and will be opened by him or his authorized representative in his office on the same day at 15.30 Hrs. After opening the main envelope 3, the envelope 1 containing the eligibility documents shall be opened first. The envelope 2 containing financial bid shall be opened only for those tenderers whose eligibility documents are found in order as per evaluation criteria given in Annexure-I. The date and time of opening the financial bids shall be communicated at a later date. Note: In case any of the eligibility credentials are not found in order before award of work, the tender shall be summarily rejected. In case any of the eligibility credentials are not found in order 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. 10.1 The tender in which rates are to be quoted should be properly bound and Sealed ( Stapled/Stitched & Taped / Wax 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 in tender document vis--vis tender document available on website shall be treated as non-responsive and shall be summarily rejected..

11.0 Copies of other drawings and documents pertaining to the work will be open for inspection by the tenderers at the office of the Executive Engineer, BSNL Civil Division, Mohali. 11.1 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 on 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. 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 a 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.

32

13.

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.

14.

The competent authority on behalf of the 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.

15.

The company or firm or any other person shall not be permitted to tender for work 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) (ii) (iii) Member of Hindu Undivided family (HUF). They are Husband and Wife. 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).

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. 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 as under ( Also available at Annexure-III) : "IS/oShri..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." 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. BSNL will not pay any damages to the Company or Firm or the concerned person but damages arising on account of such cancellation to be borne by the contractor. The
33

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. 16. No Engineer of Gazetted /Executive rank or other Gazetted Officer/Executive employed in engineering or administrative duties in an Engineering Department of the Government of India/State Government or BSNL is allowed to work as a contractor for a period of two years after his retirement from Govt. service, without previous permission of the Govt. of India or BSNL in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India/ State Government or BSNL as aforesaid before submission of the tender or engagement in the contractor's service. The tender for the work shall remain open for acceptance for a period of 90 (Ninety) days from the last date of its submission. 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 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. The successful tenderer shall, upon issue of letter of acceptance of tender, shall be required to furnish Performance Guarantee @5% of the tender value in the form of irrevocable Bank Guarantee of requisite amount to the Engineer-in-charge in the performa annexed to the tender document, with in 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. 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 Tenderer / 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, with in 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 with up to date Correction Slips as on website www.civil.bsnl.co.in. c) Agreement signed on non-judicial stamp paper as per Performa annexed to the tender document. 20. Payment to the contractors shall be made through e-payment system like ECS & EFT as detailed below:-

17.

18.

19.

34

(a) In cities / areas where ECS / EFT facility is provided by Banks, the tenderer must have Account in such ECS / EFT facility providing Bank 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 from where the payment is made by BSNL unit, the crediting cost will have to be borne by the tenderer only. (d) The payments 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. 21. 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. Pre Bid conference shall be held in the Chanber of CE(C), BSNL, 3 rd floor, Telephone Bhawan, Sector 17, Chandigarh, on 29-06-11 at 11.00 Hrs to clear the doubt of intending tenderers, if any on a day after the date of sale of tenders and 5 days before receipt /opening of tenders. General conditions of contract 2006 with upto date Correction Slips for works in BHARAT SANCHAR NIGAM LIMITED are available on website www.civil.bsnl.co.in as well as in the Divisional office. The tenderer shall furnish a declaration in 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 / organization.

22.

23.

24.

Signature and Name of Divisional Officer

For & on behalf of the

Bharat Sanchar Nigam Limited

35

35

ABRIDGED FORM BSNL W - 7 / 8 BHARAT SANCHAR NIGAM LIMITED


(A Government of India Enterprise)
STATE PUNJAB ZONE PUNJAB CIRCLE - Chandigarh DIVISION - **** SUBDIVISION - *****

Item Rate Tender & Contract for Works

Tender for the work of :

Construction of Academic Block No 2 for Indian institute

of Science education & Research at Mohali (Pb) including internal Electrical Installations .
(i) To be submitted by 15.00 hours on 04-7-2011 to THE EXECUTIVE ENGINEER, BSNL CIVIL DIVISION , Mohali (ii) To be opened in presence of tenderers who may be present at 15.30 hours on 0407-11 in the office of THE EXECUTIVE ENGINEER, BSNL CIVIL DIVISION, Mohali* Issued to Signature of officer issuing the documents Designation Date of Issue : .. (Contractor)

: ... : .. . : .....

T E N D E R
I / We have read and examined 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 the 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 with 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 90 (ninety days) days from the due date of submission thereof and not to make any modifications in its terms and conditions. If I / we withdraw my / our tender before the said period or issue of letter of acceptance , 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 4295136.00 (Rupees Forty two lacs ninety five thousand one hundred thirty six only) has been deposited in prescribed manner as earnest money. If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I/we agree that the B.S.N.L shall without prejudice to any other right or 36

remedy be at liberty to forfeit the said Earnest Money absolutely. Further, if I/we fail to commence the work as specified , I/we agree that the B.S.N.L shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the Performance Guarantee absolutely otherwise the said earnest money shall be retained by competent authority on behalf of the Bharat Sanchar Nigam Limited 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, upto 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 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 therefrom 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 this contract is subject to jurisdiction of Court at CHANDIGARH only. (Where the NIT / Tender has been issued) Dated : . (.) Signature of Contractor Postal Address : .

Witness : Address : ... Occupation : .

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 the BHARAT SANCHAR NIGAM LIMITED Signature : .

Dated :

Name : .. Designation : ..

37

PROFORMA OF SCHEDULES ( For Civil Component) SCHEDULE A


Schedule of Quantities --- As per Page no. 86 to 123

SCHEDULE B
Schedule of Materials to be issued to the contractor S. No. Description of Item Quantity Rates in figures & words at Place of issue which the materials will be charged from 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. -------1. Amendments/ Changes in Clauses of the General Conditions of Contract to BSNL 2006 (C.S 2 and 3) See page no- 42 to 49 2. Special Conditions See page no. 50 to 61 3. Particular Specifications. See page no. 72 to 85 SCHEDULE E Schedule of component of Materials, Labour etc. for escalation. CLAUSE 10 C CLAUSE 10 C A --- Not Applicable --- Applicable
X Y Z 75% 25% 0%

Component of Materials expressed as percent of Total Value of Work Component of Labour expressed as percent of Total Value of Work Component of POL expressed as percent of Total Value of Work

38

SCHEDULE F
Reference to General Conditions of Contract : Name of Work

Construction of Academic Block No 2 for Indian institute of Science education & Research at Mohali (Pb) including internal Electrical Installations .

Estimated cost of Work Rs. 214756786.00 Earnest Money Rs. 4295136.00 Performance Guarantee Rs. _______x___________ (5 % of the tendered value in the form of Bank (Rupees - only) Guarantee from Scheduled Bank in respect of works with estimated cost put to tender exceeding Rs. 15 Lakhs) Security Deposit Rs._______x___________(Rupees (10 % of the tendered value for works with ______ ____________x______ estimated cost put to tender up to Rs. 15 _________________only) Lakhs) (5 % of the tendered value in respect of works with estimated cost put to tender exceeding Rs. 15 Lakhs) GENERAL RULES AND DIRECTIONS :Officers inviting tender Executive Engineer (Civil), BSNL Civil Division Mohali Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined 50%. in accordance with Clause 12.2 & 12.3 Definitions See below 2(v) 2(viii) 2(x) 2(xi) Engineer-in charge Accepting Authority Percentage on cost of materials and labour to cover all overheads and profit Standard Schedule of Rates Executive Engineer (C), BSNL Civil Division Mohali Chief Engineer (Civil), BSNL Punjab Zone, Chandigarh. 10 % CPWD Delhi Schedule of Rates 2007 with upto date amendments and modification in rates considering CP & OH as 10% instead of 15% BSNL W -8 form corrected upto date 31.10.2007 with C.S 2 &3

9(ii)

Standard BSNL Contract Form

Clause 2
39

Authority for fixing compensation under Clause 2


Levy of compensation under clause 2 will be granted by the Chief Engineer (C) on receipt of required information from SE(C ) and SE (E) for their respective parts.

Chief Engineer (Civil) BSNL, Punjab Zone, Chandigarh.

Clause 2 A Whether Clause 2 A shall be applicable Clause 5 i) Time allowed for execution of work ii) Authority to give fair and reasonable extension of time for completion of work.
Integrated programme shall be approved by the Engineer-in-Charge (Civil) in consultation with Engineer in Charge (Electrical).

no 17 (Seventeen) months Chief Engineer (Civil) , BSNL , Chandigarh.

Clause 7 Gross value of work to be done together with net payment /adjustment of advances for materials collected, if any, since the last such payment for being eligible to interim payment. Reinforcement steel ( Fe 500 D as per Clause 10
IS 1786 ) to be used in the work shall have to be procured by-

Rs.75 lakhs

TMT steel manufactured by main producers (SAIL, TATA, RINL) only.

Clause 11 Specification to be followed for execution CPWD specifications 2009 vol. I & II of work. with upto date correction slips Clause 12 12.1.2(ii)

12.1.2(ii) 12.2 & 12.3

Schedule of rates for determining the rates for additional, altered or substituted items that cannot be determined under 12.1.2(i) and (ii). Plus/ minus the % over the rate entered in the schedule of rates. Limit for value of any item of any individual trade beyond which sub clauses (i) to (iii) shall not apply and clauses 12.2.& 12.3 shall apply

DSR-2007 with modification factor of 110/115 as {CP+OH} is 10% only.

50%

Clause 16 Competent authority for deciding reduced rates. i) Civil component ii) Electrical component
40

i) Superintending Engineer (Civil), BSNL Civil Circle-II Chandigarh at Mohali

ii) Superintending Engineer (Electrical), BSNL Electrical Circle , Chandigarh Clause 25 Competent authority for conciliation Chief Engineer (Civil) BSNL, Haryana Zone , Ambala .

Clause 36(i) a) Minimum qualification and experience of Principal Technical Representative for civil works with estimated cost put to tender.
S. N o. Minimum Qualification of Technical Representative Graduate Engineer
Discipline

1.

Civil

Designation (Principal Technical/ Technical Representative Principal Technical Representative

Minimum Experience

Number

Rate at which recovery shall be made from contractor in the event of non deployment. Figures Words Rs.15000/per month Rs. Fifteen thousand only per month. Rs. Ten thousand only per month.

5 YEAR Nil-For Graduate, 5 YEARFor Diploma

1 No.

Graduate/ Diploma Engineer

Civil

Technical Representative

2 No.

Rs.10000/per month

Clause 42 i) (a) Schedule / statement for determining theoretical quantities of cement. ii) Variation permissible on theoretical quantities a) Cement for works with estimated costs put to tender more than Rs. 5 lakhs b) Steel reinforcement and structural steel sections for each diameter, section and category. Star prices to be considered for escalation & recoveries Sl. No 1 2(a) 2(b) Material For Cement OPC/PPC For Mild steel For Reinforcement Steel / TMT bars Delhi Schedule of Rates 2007 printed by CPWD 2% minus 2% minus

Star Price (Rate in Figures and Words)


Rs 4467.00 Per MT. (Rs Four thousand four hundred sixty seven only) NIL Rs37943.00Per MT (Rs. Thirty seven thousand nine hundred forty three only) NIL

2(c)

For Galvanized steel (The rate for recovery under clause 42 shall be same as the Star Price).

Correction Slip No. 2 41

S.No. 1.

Clause or Para Clause-10

Existing The contractor shall submit every month statement of cement, reinforcement steel and PVC Pipes procured, consumed and balance at site. If the prices of materials (not being materials supplied or services rendered at fixed prices by the BSNL in accordance with Clause 10 & 34 thereof) .Completion is 18 (Eighteen) months or less. Such compensation for escalation in the prices of materials and labour, when due, shall be worked out based on the following provisions:a) Adjustment for component of cement.. b) Adjustment for component of Reinforcement steel No provision for escalation for tower material c) Adjustment for component of other materials VM=(W* X/100-Qc*SPcQs*SPs)*(MI-MIo)/MIo VM Variation in other material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W Cost of work done worked out as indicted in sub-para ii) above X Component of materials expressed as per cent of the total value of work as indicated in schedule F MI All India wholesale index for all Commodities for the period under consideration as published by the Economic adviser to Government of India , Ministry of Industry and commerce. MIo: All India wholesale index for all Commodities as published by the Economic adviser to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tender including extension if any. 42

Modified The contractor shall submit every month statement of cement, reinforcement steel, galvanized steel and PVC Pipes procured, consumed and balance at site.. If the prices of materials (not being materials supplied or services rendered at fixed prices by the BSNL in accordance with Clauses 10 & 34 thereof) Completion is 18(Eighteen) months or less. Such compensation for escalation in the prices of materials and labour, when due shall be worked out based on the following provisions:a) Adjustment for component of Cement. b) Adjustment for component of Reinforcement steel c) Adjustment for the component of Galvanized Steel Vt = Qt * SPt *{0.85[ (TI-TIo))/TIo]+0.15[(ZI ZIo)/ ZIo]} Vt; Variation in Galvanized Steel cost i.e. increase or decrease in the amount in rupees to be paid or recovered. Qt : Quantity of Galvanized steel brought at site or used in works since previous bill (whichever is earlier) SPt : Star price of Galvanized steel as mentioned in Schedule-F (to be fixed by concerned CE(C). TI : All India wholesale index for Tower steel materials (angles, channels & Sections) for the period under consideration as published by the Economic adviser to Government of India, Ministry of Industry and Commerce. However, the price Index shall be minimum of the following: i) Index for the month when the last consignment of Galvanized steel for the work is procured or ii) Index for the month in which half of the stipulated contact period is over. iii) Index for the period under the consideration. For the period extended under the provision of clause-5 of the contact without any action under

2.

Clause-10C

clause 2, the same principle as for the period within stipulated period of completion will apply. TIo: All India wholesale index for Tower steel materials (Angles, channels & sections) as published by the Economic adviser to Government of India, Ministry of Industry and Commerce and that valid on the last stipulated date of receipt of tender including extension if any. ZI : All India wholesale index for Zinc for the period under consideration as published by the Economic adviser to Government of India, Ministry of Industry and commerce. However, the price index shall be minimum of the following: i) Index for the month when the last consignment of Galvanized steel for the work is procured or ii) Index for the month in which half of the stipulated contract period is over. iii) Index for the consideration. period under

For the period extended under the provision of clause-5 of the contract without any action under clause 2, the same principle as for the period within stipulated period of completion, will apply ZIo: All India wholesale Index for Zinc as published by the Economic adviser to Government of India, Ministry of Industry and commerce and that valid on the last stipulated date of receipt of tender including extension if any. d) Adjustment for component of other materials VM = (W * X/100-Qc*SPc-Qs * SPs- Qt*SPt) * (MI-MIo) / MIo VM : Variation in other material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W: Cost of work done worked out as indicated in sub-para ii) above. X : Component of materials expressed as per cent of the total value of work as indicated in schedule F MI: 43 All India wholesale index for All

commodities for the period under consideration as published by the Economic Adviser to Government of India , Ministry of Industry and Commerce. MIo: All India wholesale index for All Commodities as published by the Economic Adviser to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tender including extension if any. d) Adjustment for component of P.O.L. viii) a) No such adjustment for decrease in the price of Cement, Reinforcement Steel, Other materials and/or wages of labour aforementioned would be made in case of contracts in which the stipulated period of completion of work s eighteen months or less. b) The Engineer-in-charge. On the contractor. Provided alwaysapplicable. 3. Clause-10CA If after submission of the tender, the price of cement and/or reinforcement steel bars (not being materials supplied from the Engineer-in Charges stores in accordance with Clause 10 thereof) increase(s) beyond the price(s)prevailing at the time of the last stipulated date of receipt of tenders (including extension, if any) for the work, then the amount of the contract shall accordingly be varied and providing further that any such variation shall be effected for stipulated period of contract including the justified period extended under clause -5 of the contract without any action under clause-2 subject to the condition that no such compensation shall be payable for a work for which the stipulated period of completion is 03 (Three) months or less. If after submission of the tender, the prices of cement and/or reinforcement steel bars (not being materials supplied from the Engineer-in Charges stores in 44 If after submission of the tender, the price of cement and/or reinforcement steel bars and/or galvanized steel (not being materials supplied from the Engineer-in-charges stores in accordance with Clauses 10 thereof) increase(s)/decreases beyond the price (s) prevailing at the time of the last stipulated date of receipt of tenders (including extension, if any) for the work. Then the amount of the contract shall accordingly be varied and provided further that any such variation shall be effected for stipulated period of contract including the justified period extended under the provisions of clause-5 of the contract without any action under clause-2 subject to the condition that no such compensation shall be payable for a work for which the stipulated period of completion is 03 (Three) months or less. However, in case of tower works, compensation under part (a), (b) & (c) of this clause shall be payable/recoverable to/from the agency for all contracts for which stipulated period of completion is even less than 03 (Three) months. The increase/decrease in prices shall be determined by the all India Wholesale Price indices for cement, Steel (bars and rods) and galvanized steel (angles, channels &Section etc.) as published by Economic Advisor to e) Adjustment P.O.L for component of

(viii) a) No such adjustment for decrease in the price of Cement, Reinforcement steel, Galvanized steel Other Materials and/or wages of labour aforementioned would be made in case of contracts in which the stipulated period of completion of work is eighteen months or less.

b) The Engineer-in-charge.. on the contractor. Provided always applicable

accordance with Clauses 10 thereof) decreased, BSNL shall in respect of those materials incorporated in the works (not being materials supplied from the Engineer-in-charges stores in accordance with clauses 10 thereof) be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of cement and/or reinforcement steel bars as prevailed at the time of the last stipulated date of receipt of tenders (including extension, if any) for the work, and the prices of these materials on the coming into force of such star price of cement and or reinforcement steel bars issued by CE(C) of concerned one. The increase/decrease in prices shall be determined by the All India Wholesale Price Indices for Cement and Steel (bars and rods) as published by Economic adviser to Government of India, Ministry of Commerce and Industry and Star price for cement and/or steel reinforcement bars as issued under authority of concerned CE(C) as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration. The amount of contract shall accordingly be varied for Cement and/or Reinforcement Steel and shall be worked out as per the formula given below a) Adjustment for component of Cement.. b) Adjustment for component of Reinforcement Steel.. c) (NO PROVISION)

Government of India, Ministry of Commerce and Industry and star price for cement and/or steel reinforcement bars and/or Galvanized steel as issued under authority of concerned CE(C) as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration. In case, price index of particular materials is not issued by Ministry of commerce and industry, than the price index of nearest similar material in schedule-F shall be followed . The amount of contract shall accordingly be varied for Cement and/or Reinforcement Steel and/or Galvanized steel and shall/will be worked out as per the formula given below for individual material. a) Adjustment for component of cement b) Adjustment for component of Reinforcement Steel. c) Adjustment for component of Galvanized Steel Vt = Qt * SPt *{0.85[ (TI-TIo)/TIo] + 0.15[(ZI-ZIo)/ ZIo]} Vt : Variation in Galvanized Steel cost i.e. increase or decrease in the amount in rupees to be paid or recovered. Qt: Quantity of Galvanized steel brought at site or used in works since previous bill (whichever is earlier). SPt: Star price of Galvanized Steel as mentioned in Schedule-F (to be fixed by concerned CE(C). TI : All India wholesale Index for Tower Steel material (Angles, channels & Sections) for the period under consideration, as published by the Economic Adviser to Government of India, Ministry of Industry and Commerce. However, the price index shall be minimum of the following: i) Index for the month when the last consignment of Galvanized Steel for the work is procured or ii) Index for the month in which half of the stipulated contract period is over or iii) Index for the period under consideration.

45

For the period extended under the provisions of Clause-5 of the contract without any action under clause 2, the same principle as for the period within stipulated period of completion, will apply. TIo: All India wholesale index for Tower steel material (Angles, channels & Sections) as published by the Economic Adviser to Government of India, Ministry of Industry and Commerce and as valid on the last stipulated date of receipt of tender including extension if any. ZI: All India wholesale index for zinc for the period under consideration as published by the Economic Adviser to Government of India, Ministry of Industry and Commerce. However, the price index shall be minimum of the following: i) Index for the month when the last consignment of Galvanized Steel for the work is procured or ii) Index for the month in which half of the stipulated contract period is over or iii) Index consideration. for the period under

For the period extended under the provisions of Clause-5 of the contract without any action under Clause 2, the same principle as for the period within stipulated period of completion, will apply. ZIo : All India wholesale index for the inc as published by the Economic adviser to Government of India, Ministry of Industry and commerce and as valid on the last stipulated date of receipt of tender including extension if any.

Proforma of Schedules Schedule-F Clause/Para Clause-10 ( To be added between CI-7 & CI-11) No provision Existing Modified 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 46

Clause-42 [2(d) to be added in tabular form for Star Price to be considered for escalation and recoveries]

2(d): No provision

2(d) For Galvanized steel

Additional Conditions and Specifications 3.2: Para 3.2.1 Steel Existing The contractor shall procure steel reinforcement bars conforming to relevant BIS codes from main producers as approved by the Ministry of Steel. In cases when the contractor is required to procure steel reinforcement bars conforming to relevant BIS codes from other than main producers such as secondary producers or re-rollers having BIS License, can be done with prior approval of the Engineer-in-Charge. Modified The contractor shall procure steel reinforcement bars conforming to relevant BIS codes from main producers as approved by the Ministry of Steel or from secondary producers and re-rollers having BIS License to produce CTD bars as specified in schedule-F subject to following stipulations: (i) If it is provided in the agreement that steel is to be procured from primary producers and procurement of steel from secondary producers is allowed then a deduction based on the difference in market rate of steel from primary producers and secondary producers shall be made in the running/final bills (ii) However, if the stipulation is for procurement of steel from secondary producers then if the contractor uses steel from primary producers the same shall be allowed but nothing extra shall be payable on this account. The procurement of TMT Bars conforming to relevant BIS codes shall be made from main producers as approved by the Ministry of Steel or from secondary producers having BIS License to produce TMT bars as specified in schedule-F subject to following stipulations: (i) If it is provided in the agreement that steel is to be procured from primary producers and procurement of steel from secondary producer is allowed by E-incharge then deduction based on the difference in market rate of steel from primary producer and secondary producer shall be made in the running/final bills. (ii) However, if the stipulation is for procurement of steel from secondary producer then if the contractor uses steel from primary producers the same shall be allowed but nothing extra shall be payable on this account. 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

The procurement of TMT Bar conforming to relevant BIS codes shall be made from main producers and secondary producers having BIS License with prior approval of the Engineer-in-charge. The contractor shall have to obtain and furnish test certificates to the Engineer-in Charge. The contractor shall have to obtain and furnish test certificate 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 weeks time from written order from the Engineer-in-charge to do so.

47

shall be removed from the site of work within a weeks time from written order from the Engineer-in Charge to do so. *Deduction item made on account of use of steel from secondary producers instead of primary producers shall not be treated as sub standard work. 3.2.4 For steel procured from main producers, for checking nominal mass, tensile strength, 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. In case of works costing more than Rs. 2 Crores and when the steel is procured from other than main producers, additional tests such as retest, re-bend test, elongation test, proof stress my also be conducted. For steel procured from main producers or secondary producer, for checking nominal mass, tensile strength, 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 . In case of works costing morethan Rs. 2 Crores and when the steel is procured from other than main producers, additional tests such as, retest, re-bend test, elongation test, proof stress may also be conducted.

ANNEXURE -A Corresponding Addition/modifications in Instructions/ Guidelines for filling up the NIT and Tender / GCC/ Schedule-F PROFORMA OF SCHEDULE-ENSURE THE FOLLOWING SCHEDULE F GENERAL RULES AND DIRECTIONS : Clause-10 Clause-42 Methodology for working of the Star Price of Galvanized steel in 2(d) shall be as under : i) Work out the average prevailing market rate of steel from three main producers SAIL, TISCO & RINL for each of the following sections: a) b) c) ii) iii) iv) 130x130x10mm 75x75x8 mm 50x50x5 mm Fill in either Primary or Secondary in the blank space keeping in view the site/ local conditions.

Calculate average of i)( a), i(b) & (i)(c) Calculate 18% of (ii) for the cost of Zinc galvanizing. Star price will be the sum of ii) & iii) above.

48

Correction Slip no. 3 (To GCC for BSNL Civil works-2006, issued on 15-4-09) Sr. No. 1. Clause 1 Existing Provision For amount exceeding Rs. 6.00 Lakhs (Rupees six lakhs) shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (Five Percent) of the tendered amount In case of works with estimated cost put to tender is up-to and including Rs. 6,00,000/-, the clause 1 shall not be applicable and ..if any defect shrinkage or other faults appear in the work within twelve months (12 months) after a certificate final.. the contractor shall make the same good at his own expense or .a sufficient portion thereof. The security deposit of the contractor shall not be refunded before the expiry of twelve months after the issue of the certificate final or otherwise, of completion of work, or till the final bill has been prepared and passed whichever is later. Modified Provision ..For amount exceeding Rs. 15.00 Lakhs (Rupees fifteen Lakhs) shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (Five percent) of the tendered amount In case of works with estimated cost put to tender is up-to and including Rs. 15,00,000/-, the clause 1 shall not be applicable and.. ..if any defect, shrinkage or other faults appear in the work within twelve months (12 months) (Six months in the case of work costing Rs. Fifteen lakhs and below except road work) after a certificate final.the contractor shall..make the same good at his own expense or..a sufficient portion thereof. The security deposit or the contractor shall not be refunded before the expiry of twelve months (Six months in the case of work costing Rs. Fifteen lakhs and below except road work) after the issue of the certificate final or otherwise, of completion of work, or till the final bill has been prepared and passed whichever is later.

2.

1A (Foot note)

3.

17

49

SPECIAL CONDITIONS
1.0
1.1.

General:
The eligible tenderers of civil component will quote rates for various items of electrical components of work also . The lowest tender shall be decided after adding quotes for Civil work component (Part B) and Electrical component (Part C) . The quoted rates for various items in the tender shall be inclusive of all terms and conditions such as additional conditions , special conditions , particular specifications etc. and for adherence to all terms, conditions and specifications mentioned in the tender document . No extra payment shall be made to the contractor on account of this. Any infringement and/or breach of these specification and condition(s) etc. shall render the contractor liable for action(s) under various clauses of the contract and such action stipulated in conditions therein Sales-tax/VAT , (except service tax) purchase tax, turnover tax or any other tax on materials in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor. The Contractor shall make his own arrangements for electricity required for the execution of the work. Necessary payment shall be made by the Contractor directly to the department concerned. In case the statutory authority fails to sanction the electric connection or delays the sanction of electric connection, the Contractor shall make his own arrangements by providing diesel generators of adequate capacity at his own cost. No delay on this account shall be accepted. Nothing extra shall be paid on this account. The Contractor shall make his own arrangement for back up power at his own cost . No interruption of work shall be accepted due to power failure. Nothing extra shall be paid on this account. No walls or terraces shall be cut for making any opening after water proofing has been done without written approval of Engineer-in-Charge. When permitted cutting of water proofing work shall be done very carefully so that other portion of water proofing is not damaged. On completion of work at such place the water proofing work shall be made good and ensured that the opening / cutting is made fully water proof as per contract specifications/ directions of Engineer-in-Charge. Nothing extra shall be payable on this account. No structural member shall be chased or cut without the written permission of the Engineer-inCharge. The order or preference in case of any discrepancy as indicated in condition No.8.1 under Conditions of Contract given in the General Conditions of Contract for BSNL 2006 form, may be read as the following: Nomenclature of items as per schedule of quantities. (ii) Particular specifications , special and additional conditions etc., as stipulated in tender document. (iii) Contract clauses of Standard BSNL Contract form 2006 as corrected and modified up to last date of receipt of tenders. CPWD Specifications. Architectural Drawings. Indian Standard Specifications. Sound Engineering Practice. Manufacture Specifications.
50

1.2

1.3.

1.4. 1.5.

1.6. 1.7.

Decision of Engineer-in-Charge shall be final and binding. A references made to any Indian Standard Specifications in these documents, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of tenders. The contractor shall keep at his own cost all such publications of relevant Indian Standard applicable to the work at site. 1.8. The Contractor shall be bound to follow the instructions and restrictions imposed by the Local Administration / Police authorities on the working and /or movement of labour, materials etc. and or due to less/ restricted working hours or any detours in movement of vehicles. Nothing extra shall be payable on this account. The Contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards such as day and night boards, speed limit boards and flags, red lights and providing barriers, etc. He shall be responsible for all damages and accidents caused due to negligence on his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra shall be payable on this account. All material shall only be brought at site as per programme finalized with the respective Engineer-InCharge. Any pre-delivery of the material, not required for immediate consumption shall not be accepted and thus not paid for. Large scale details and manufactures dimensions for material to be incorporated shall take precedence over small scale drawings. No foreign exchange shall be made available by the BSNL for the purchase of equipments, plants, machinery, material of any kind or other items required to be carried out in execution of work . In accordance with requirements of the pollution control board, the contractor shall ensure that, the vehicles for bringing construction material to the site shall be in good condition and should conform to applicable air and noise emission standards and should be operated only during non-peak hours/ at such hours as are permitted by the local authorities. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the contractor shall ensure that, ambient noise levels should conform to residential standards both during day and night. Incremental pollution loads on the ambient air and noise quality should be closely monitored during construction phase. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the contractor shall ensure that, adequate measures to reduce air and noise pollution during construction have been adopted as per CPCB norms on noise limits. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the contractor shall ensure that, the temporary roads inside the site must be sprinkled with water to control the dust arising due to movement of vehicles. Nothing extra shall be payable on this account Construction spoils, including bituminous material and other hazardous materials, must not be allowed to contaminate watercourses and the dump sites for such material must be secured so that they should not leach into the ground water. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the DG sets installed during construction activity must be provided with necessary acoustic measures and exhaust pipe above the height of nearest tall building. Nothing extra shall be payable on this account.

1.9.

1.10.

1.11. 1.12. 1.13.

1.14.

1.15.

1.16.

1.17.

1.18.

51

1.19

In accordance with requirements of the pollution control board, the diesel generator sets to be used during construction phase shall be low sulphur diesel type and shall conform to E(P) Rules prescribed for air and noise emission standards. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the safety equipments like boots, helmets, safety belts, gloves etc. must be provided for the workers and best and safe engineering practices must be adopted. Nothing extra shall be payable on this account. In accordance with requirements of the pollution control board, the stipulations under the provisions of Water(Prevention and Control of Pollution) Act, 1974, the Air (Prevention and control of Pollution) Act 1981, the Environment (Protection) Act, 1986, the Public Liability (Insurance) Act, 1991 and EIA Notification, 2006 shall be ensured. Nothing extra shall be payable on this account. If, any levy / fine is imposed by the regulatory authorities / inspecting authorities on account of violation of the above specified norms, the same shall be recovered from the contractor. Except for the items, for which Particular Specifications are given or where it is specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the CPWD Specifications (Refer Schedule F ) and as per instructions of Engineer-in-Charge. Wherever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed and the rates should be all inclusive. Any reference made to any Indian Standard Specifications, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such publications including relevant Indian Standard applicable to the work at site. The work shall be executed and measured as per metric dimensions given in the Schedule of Quantities, drawings etc. (FPS units wherever indicated are for guidelines only). The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings and floors is minimized. Wherever absolutely essential, the chase shall be cut using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel. The electrical boxes should be fixed in walls simultaneously while raising the brick work. The contractor shall ensure proper coordination of various disciplines viz. sanitary & water supply, horticulture & electrical etc.

1.20.

1.21

1.22.
1.23

1.24

1.25 1.26

1.27 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested before covering. 1.28 Samples including brand / quality of materials and fittings to be used in the work shall be got approved from the Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work. Equipment like concrete pump excavators/Transit mixer etc. shall be allowed to be moved away from the site when, in written opinion of Engineer-in-Charge, the same are no longer required at site of work. The contractor, his agents / representative, workman etc. shall strictly observe orders pertaining to fire precautions prevailing in the area. Contractor(s) shall study the soil investigation report for the site, available in the office of the Engineer-in-Charge and satisfy himself about complete characteristics of soil and other parameters at site. However, no claim on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.
52

1.29

1.30 1.31

1.32

The tenderer shall see the approaches to the site. In case any approach from main road is required at site or existing approach is to be improved and maintained for cartage of materials by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost. Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary arrangement shall be made at his own cost. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to work due to negligence on his part. No hindrances shall be caused to traffic, during the execution of the work. The contractor shall take instructions from the Engineer-in-Charge regarding collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, compound wall, services etc are to be constructed. The contractor shall provide at his own cost suitable weighing, surveying and leveling and measuring arrangements as may be necessary at site for checking. All such equipments shall be got calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be payable on this account. Contractor shall provide permanent bench marks, flag tops and other reference points for the proper execution of work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to byelaws and municipal body / corporation where CPWD Specifications are not applicable. The contractor should get the materials (fixtures/fittings) tested by the Municipal Body / Corporation authorities wherever required at his own cost. The work shall be carried out in accordance with the Architectural drawings and Structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement of any item of work, the contractor shall correlate all the relevant architectural and structural drawings issued for the work, nomenclature of items, specifications etc. and satisfy himself that the information available there from is complete and unambiguous. The figures & the written dimensions of the drawing shall supersede the measurement by scale. The discrepancy, if any, shall be brought to the notice of the Engineer-in-Charge for immediate decision before execution of the work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of work on the basis of any erroneous and/ or incomplete information and no claim, whatsoever shall be entertained on this account. The Architectural drawings other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fittings involved unless and otherwise specifically mentioned. The contractor should submit the shop drawing of staging and shuttering for approval of Engineer-inCharge before actually commencing the execution of work under the item. Nothing extra shall be payable on this account. Other agencies may also simultaneously execute and install the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings, trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be available as specified elsewhere in the contract) and the contractor shall fix the same at the time of casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.
53

1.33 1.34

1.35

1.36

1.37

1.38

1.39

1.40 1.41

1.42

1.43

The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of others. All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for. The contractor shall procure the required materials in advance so that there is sufficient time for testing of the materials and approval of the same before use in the work. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in the course of the execution of work shall be protected against the damage by the contractor at his own expense. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In case temporary supporting/shifting of such services is required to facilitate the work, the same shall be done by the contractor at no extra cost. In case the existing services are to be shifted permanently, then before dismantling the existing services, alternate/diversion of service lines has to be laid by the contractor so that there is no interruption in use of existing services. The contractor has to plan the alternate suitable route for diversion/shifting of service lines and get the same approved from the Engineer-in-Charge before starting shifting of services. Nothing extra shall be paid except the payment of dismantling and laying of new service lines as per conditions of contract.

1.44

1.45 1.46

1.47

The contractor shall be responsible for the watch and ward / guard of the buildings, safety of all fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage during the period of installations and thereafter till the building is physically handed over to the department. No extra payment shall be made on this account. The contractor shall be fully responsible for the safe custody of materials brought by him/ issued to him even though the materials may be under double lock key system. For construction works which are likely to generate malba / rubbish to the tune of more than a tempo / truck load, contractor shall dispose of malba, rubbish & other unserviceable materials and wastes at his own cost to the notified /specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily, outside the construction premises. Surplus excavated earth which is beyond the requirement of the B.S.N.L./IISER shall have to be disposed of the contractor at his own cost beyond the municipal limits or at places identified by the local bodies or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-Charge and no payment will be made by the Department for such disposal of this surplus excavated earth. The work is to be carried out in the scientific research institute of Govt. of India where free movement of contractors vehicle and labour may be restricted. The contractor has to follow the security requirement of IISER campus area viz. entry passes for the labour and vehicles, security checks at entry/ exit gates, restriction on movement of vehicles, restricted timings of working etc. The BSNL however shall assist the contractor in obtaining such passes for movement of vehicles and labour. No claim whatsoever shall be entertained on account of delay in entry of vehicles and labour in the campus area including restrictions in working hours, if there is any.
54

1.48 1.49

1.50

1.51

1.52

Communication and commuting: In order to maintain instant and effective communication at all times, the contractor shall provide one set of communication system to the site so as to receive and pass on the instructions to and form the staff of department/ contractor irrespective their place and location. The rates quoted by the contractor shall be deemed to be inclusive of this cost. No additional payment shall be made to the contractor for providing these facilities. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to work due to negligence on his part. No hindrances shall be caused to traffic, during the execution of the work. With each Running Bill, the details of test carried out shall be submitted by the contractor as per proforma given in the document . On completion of work, the contractor shall submit at his own cost four prints of as built drawings to the Engineer-in-Charge. These drawings shall have the following information. a)Run off of all piping and their diameters including soil, waste pipes and vertical stacks. b)Ground and invert level of all drainage pipes together with locations of all manholes and connections, upto out fall. c)Run off of all water supply lines with diameters, location of control valves, access panels etc. In case the contractor fails to supply as built drawing aforesaid within 30 days of the date of completion, then the recovery @ Rs.10, 000/- each for such set of drawings shall be made from the contractors final bill.

1.53

1.54 1.55

1.56

In the item of providing and fixing precast reinforced cement concrete in shelves the cost of cutting chases and making good the same shall be inclusive in the item and nothing extra shall be paid on this account. In the item of finishing walls with exterior paint, only the plain/flat area shall be measured for payment and nothing extra shall be paid on account of pointed wall surface. Labour camp to be arranged by the contractor outside IISER campus for which nothing extra shall be paid. However limited number of labour huts can be allowed in the campus at the cost of contractor, subject to the following conditions a. The area shall be fully cordoned off by barricading sheets of minimum height of 8-10 feet. b. The contractor will make separate guarded entry for labour and provide 24 hours watch & ward. c. No labour shall be allowed to enter the any other area of campus except the working area. d. The proper sanitation as well as habitation facilities shall be provided for the labour. Rates: Unless otherwise specified in the schedule of quantities, the rates for respective items shall be all inclusive and apply to the following: (i) All lifts & all heights, floors including terrace, leads and depths. (ii) All labour, material, tools and plants and other inputs involved in the execution of the item.
55

1.57 1.58

2.0

(iii) Any of the conditions and specifications mentioned in the tender documents. (iv) Pumping / bailing out surface water / rain water / sub soil water, if necessary for any reason. (v) Providing sunk flooring in bath-rooms, kitchen, etc. (vi) Any legal or financial implications resulting out of disposal of earth, unserviceable building materials, debris, malba , if any. (vii) Payment of Royalty at the prevailing rates, if any, on the boulders, metal, shingle, sand and bajri etc. or any other material collected by him for the work direct to revenue authorities. (viii) Performance test of the entire installation(s) before the work is finally accepted. (ix) Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been built in the items . (x) All incidental charges for cartage, storage and safe custody of materials brought to site.
3.0 3.1 SECRECY

The contractor shall take all steps necessary that all persons employed on any work in connection with the contract have notice that the Indian Official Secrets Act 1923 applies to them & will continue so to apply even after the execution of such works under the contract. The contract in confidential and must be strictly confirmed to the contractors own use (except so far as confidential disclosure to sub-contractors or suppliers as necessary) and to the purpose of the contract. All documents, copies thereof & extracts there from furnished to the contractor shall be returned to the Engineer-in-Charge on the completion of the work / works or the earlier determination of the contract. LABOUR AND SECURITY The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. The contractor shall, on demand submit list of his agents, employees and work people concerned & shall satisfy as to the bonafides of such people. The contractor & his work people shall observe all relevant rules regarding security promulgated in which work is to be carried out by the Controlling Administrative Authority of the IISER campus/area (hereinafter referred to as Administrator). The contractor, his representative, workman shall be allowed to enter through specified gates & timing as laid down by the controlling authority. They shall be issued an identity card or an individual pass in accordance with the standing rules & regulations & they should possess the same while working. The contractor shall be responsible for the conduct & actions of his workman, agents / representatives. Normally contractor shall be allowed to carryout work between 7 AM to 6 PM. However, he may also be allowed to carryout the work beyond 6 PM & up to 7 AM if the site conditions / circumstances so demand with prior written permission from the Administrator. However, if the work is carried out in more than one shift or at night, no claim on this account shall be entertained.
56

3.2

3.3

4.0 4.1

4.2

4.3

4.4

4.5

Normally contractors material / vehicles etc shall be allowed to move in / go-out between 7 AM to 7 PM only & no movement of material / vehicles out of site of work shall be allowed during night hours unless specific permission is obtained from the Administrator. In case if a separate entry has been allowed, the contractor has to make all arrangement for making a separate entry gate and barricading of the working area to segregate/separate the same from other areas. All these have to be done by the contractor at his own cost including safeguarding any untoward incident in the restricted area due to separate entry gate and barricading arranged by the contractor. No extra amount on this account shall be payable by the department.
TRANSPORTATION AND OFFICE INFRASTRUCTURE:

4.6

5.0 5.1

In order to complete the work within the scheduled time if the contractor shall be required to do the work in more than one shift and accepted by the department the contractor will provide vehicular facilities to the BSNL site staff to reach the site and their residence at his own cost for their services required beyond the normal office hours. In case the contractor fails to provide the facilities Engineer-in-Charge shall be at liberty to make the arrangement themselves and deduct the respective cost from the contractors bills. The contractor, at his own cost, shall construct a site office for the field and inspecting officers/staffs having 2 rooms of size of 3.0m X 4.0m with toilet facility, light ,fan etc. at the place, approved by the Engineer-in-charge ,in the campus. The site office shall be temporary type structure in brick work with AC sheet roof , false ceiling , door and window etc. complete. The same shall be got dismantled after completion of work with the permission of Engineer-in-charge. The site shall be made clean and free from debris, broken/ waste materials etc. Nothing extra shall be paid on this account.
PROGRAM CHART: -

5.2

6.0 6.1

The Contractor shall prepare an integrated program chart for the execution of work, showing clearly all activities from the start of work to completion, with details of manpower, equipment and machinery required for the fulfillment of the program within the stipulated period or earlier and submit the same for approval of the Engineer-in-Charge within 15 days of the issue of letter of acceptance for the contract. The work has to be completed in stages as indicated in the Milestones under clause 5 and the program should be prepared in such a manner to achieve these Milestones as indicated therein or even earlier. The program chart should include the following: a) b) Descriptive note explaining sequence of various activities. Network (PERT / CPM / BAR CHART) which will indicate resources in financial terms, manpower and specialized equipment for every important stage. c) Program for procurement of materials by the contractor.

6.2 6.3

d) Program of procurement of machinery / equipments having adequate capacity, commensurate with the quantum of work to be done within the stipulated period, by the contractor. 6.4 If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not conform to the approved program referred above, the contractor shall produce a revised program showing the modifications to the approved program by additional inputs to ensure completion of the work within the stipulated time.
57

6.5

The submission of revised program or approval by the Engineer-in-Charge of such program or the furnishing of such particulars shall not relieve the contractor of any of his duties or responsibilities under the contract. This is without prejudice to the right of Engineer-in-Charge to take action against the contractor as per terms and conditions of the agreement. Notwithstanding the fact that the contractor will have to pay to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and/or extra amounts for any other reason.

7.0

PROGRESS AND MONITORING OF WORK: Contractor shall give the Engineer-in-Charge on the 10 th day of each month, progress report of the work done during the previous month. Such progress report will include the project progress summary, work progress (planned v/s. actual), PERT chart, milestone status, financial progress status, manpower deployment status, important materials consumed, materials at site at the beginning of the month, materials consumed during the month and the balance quantities at the end of month and progress of the work stating the reasons for shortfall, if any including the steps and measures to be taken for making good the shortfall in the succeeding period. Non submission of aforesaid progress report shall make contractor liable for action under breach of contract conditions.

8.0 8.1

SAMPLE OF MATERIALS:All materials and fittings brought by the contractor to the site for use shall conform to the samples approved by the Engineer-in-Charge which shall be preserved till the completion of the work. If a particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-in-Charge. Wherever brand / quality of material is not specified in the item of work, the contractor shall submit the samples as per List of Preferred Makes stated in the document for approval of Engineer-in-Charge. For all items, ISI Marked materials and fittings shall be used with the approval of Engineer-in-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall submit samples of materials / fittings manufactured by firms of repute conforming to relevant Specifications or IS codes for the approval of Engineer-in-Charge. To avoid delay, contractor should submit samples as stated above well in advance so as to give timely orders for procurement. If any material, even though approved by Engineer-in-Charge is found defective or not conforming to specifications shall be replaced / removed by the contractor at his own risk & cost. BIS marked materials ,except otherwise specified , shall also be subjected to quality test besides testing of other materials as per the specifications described for the item/material. Wherever BIS marked materials are brought to the site of work, the contractor shall, furnish manufacturers test certificate or test certificate from approved testing laboratory to establish that the material procured by the contractor for incorporation in the work satisfies the provisions of specifications relevant to the material and / or the work done. BIS marked items (except cement & steel for which separate provisions have been made in para 10.0) required on the work shall be got tested, for only important tests, which govern the quality of the product, as decided by the Engineer-in-Charge. For mandatory test, frequency shall be as specified in CPWD Specifications

8.2

8.3.

8.4
9.0

For certain items, if frequency of tests is neither mentioned in the CPWD Specifications & BIS, then tests shall be carried out as per decision of Engineer-in-Charge. CEMENT & STEEL REINFORCEMENT
58

9.1 9.2 9.2.1

Contractor has to produce manufacturers test certificate for each lot of Cement & Steel Reinforcement procured at site. CEMENT:The contractor shall procure 43 Grade Ordinary Portland Cement and/or Portland Pozzolona Cement (Fly Ash based unless otherwise specified ) required in the work from reputed manufacturers of cement as per the approved make in 50 kg. bags bearing manufacturers name and ISI marking, along with manufacturers test certificate for each lot. OPC/ PPC bags shall be stored in separate godowns. Separate godowns for tested cement and fresh cement (under testing) to be constructed by the contractor at his own cost as per sketches given in C.P.W.D Specifications having weather-proof roofs and walls. The size of the cement godown is indicated in the sketches for guidance. The actual size of godown shall be as per site requirements and nothing extra shall be paid for the same. If the quantity of cement actually used in the work is found to be more than the theoretical quantity of cement including authorized variation, nothing extra shall be payable to the contractor on this account. In the event of it being discovered that after the completion of the work, the quantity of cement used is less than the quantity ascertained as herein before provided (allowing variation on the minus side as stipulated in Clause - 42), the cost of quantity of cement not so used shall be recovered from the contractor as specified in schedule. Decision of the Engineer-in-Charge in regard to theoretical quantity of cement which should have been actually used as per the schedule and recovered at the rate specified, shall be final and binding on the contractor. For non-scheduled items, the decision of the Superintending Engineer regarding theoretical quantity of the cement, which should have been actually used, shall be final and binding on the contractor.

9.2.2

9.2.3

9.2.4
9.3 9.3.1

In case the contractor brings surplus quantity of cement the same shall be removed from the site after completion of work by the contractor at his own cost after approval of the Engineer-in-Charge. STEEL REINFORCEMENT: The contractor shall procure Thermo Mechanical Treated (TMT) Steel Reinforcement bars (of Fe 500 D grade as per IS 1786 having elongation more than 14.5%) from Main producers of steel like SAIL, Rashtriya Ispat Nigam Ltd ( RINL), TISCO only. The documents in support of the purchase of steel shall be produced by the contractor along with the particulars of the manufacturer/supplier of steel and test report for every lot of steel. The contractor shall obtain Original Vouchers and Test Certificates and furnish the same to the Engineer-in-Charge in respect of all the lots of steel brought by him from approved supplier to the site of work. The original vouchers and test certificates shall be defaced by the Site staff and kept on record in the site office

9.3.2

The steel reinforcement shall be brought in bulk supply of 20 tonnes or more or as decided by the Engineer-in-Charge along with manufacturer test certificate for each lot. The steel reinforcement shall be stored by the contractor at site of work about 30cm. to 45 cm. above ground. A coat of cement wash shall be given to steel bars when stored at site for long duration so as to prevent corrosion. Nothing extra shall be paid on these accounts. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking . In case the contractor bring surplus quantity of steel, the same after completion of the work will be removed from the site by the contractor at his own cost after approval of the Engineer-in- Charge.
59

9.3.3

9.3.4

9.3.5

Reinforcement including authorised spacer bars and lappages shall be measured in length of different diameters as actually (not more than as specified in the drawings) used in the work nearest to a centimetre. Wastage and unauthorized overlaps shall not be measured. ENGAGING SPECIALISED AGENCIES FOR WORKS: The Contractor shall engage specialized agency unless otherwise approved by any Government Department having adequate technical capability and experience of having executed at least one work of similar items of 80% or more magnitude or two works of similar items of minimum 60% magnitude or three works of similar items of minimum 40% magnitude individually for executing the following items of the work and/or any other items of work where specialized firm is required to be engaged as per contract conditions. For determining the required magnitude, the value of the work executed may be suitably enhanced with the prevailing approved cost index. i) ii) iii) iv) v) Water proofing treatment work of all types. Fabrication and erection with Polycarbonate sheet roofing Stainless steel railing Under ream pile foundation work False ceiling and wall paneling

10.0 10.1

10.2

The Specialized agency for the work shall be got approved from the Engineer-in-Charge well before actual commencement of the item of work. The contractor shall submit the list of Specialized agencies, proposed to be engaged by him along with necessary performance certificates, within 15 days from the date of issue of acceptance letter to substantiate technical capability and experience of the agency for prior approval of the Engineer-in-Charge. The conditions of approval of specialized agency shall be final and binding on the contractor and he shall comply with such conditions of approval. QUALITY ASSURANCE & QUALITY CONTROL The work shall be subjected to a strict quality assurance and quality control as prescribed in the tender documents and as may be further required by the Engineer-in-charge. The Contractor shall be required to carry out all mandatory tests as per the CPWD specifications and other tests prescribed in this tender document. In addition, the Engineer-in-charge may at his discretion, order carrying out additional tests , as may be felt necessary by him . Tests shall be carried out from one of the following laboratories/test houses as shall be decided by the Engineer in- charge. i. National Test House, Delhi ii. Shri Ram Institute for Industrial Research, New Delhi iii. CBRI, Roorkee iv. PEC, Chandigarh. v. Indian Institute of Technology, Roorkee/Delhi vi. NABL accredited labs. vii. Any other labs approved by O/o CE (C), BSNL Chandigarh GODOWN BSNL The agency shall essentially deploy equipment & machinery (owned or hired) as per the list given the document, in addition to any other T & P required to achieve the Milestone(s) at his own cost.

10.3 11.0
11.1.

11.2.

11.3.

11.4

60

12.0 ADDITIONAL CONDITIONS for GRIHA Norms


1. The agency is required to follow all norms of GRIHA (Green Rating for Intelligent Habitat Assessment) including the following, during construction, issued by Ministry of New and Reusable Energy, Govt. of India: 2. The whole construction area should be barricaded with 3 meter high GI sheet duly supported on MS angles/channels etc. 3. The top soil and existing vegetations of the construction area shall be removed and stacked for future use by IISER as per direction of Engineer-in Charge. 4. The trees if any, coming in the construction layout shall be replanted as per direction of Engineer-in Charge. 5. The top soil should be properly laid and stabilized and adequate fertility of the soil be maintained to support vegetation growth. 6. The agency shall reduce air pollution during construction by using water sprays/ dust mitigators. 7. All vehicles coming to construction site should have valid pollution norms compliance certificates. 8. The agency shall adheres to the norms of noise pollution as permitted by statutory body. 9. The agency shall provide at his cost clean and potable water supply line to the labour at site. 10. The agency shall provide at his own mobile toilet van facility with flush for use of labour at site. The number of toilets shall be sufficient as per norms. 11. The labour shall not be allowed to litter in the compound. 12. The labour huts shall be clean and of sufficient size. 13. The agency shall provide all above facilities without ant extra cost.

61

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF STONE WORK/ TILE WORK. The agreement made this.................... day of ................. (Two Thousand ______ only) .............. between ....................................S/o ...............................................(hereinafter called the GUARANTOR of the one part) and the BHARAT SANCHAR NIGAM LIMITED (hereinafter called the BSNL of the other part) WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part whereby the contractor inter alia undertook to render the work in the said contract recited structurally stable workmanship, finishing and use of sound materials. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty workmanship, finishing and materials. NOW THE GUARANTOR hereby guarantees that work executed by him will remain structurally stable after the expiry of maintenance period prescribed in the contract for the minimum life of five years to be reckoned from the date after the expiry of maintenance period prescribed in the contract. The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final. During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-incharge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantors cost and risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all the defects, commits breach there under, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ....................... and ........................................ by ................................. for and on behalf of the BHARAT SANCHAR NIGAM LIMITED on the day, month and year first above written. SIGNED, sealed and delivered by OBLIGATOR in the presence of :1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE BHARAT SANCHAR NIGAM LIMITED BY ................................... in the presence of :1. ............................................... 2. ..........................................

62

ESSENTIAL T&P
The agency shall essentially deploy following equipment & machinery (owned or hired) in addition to any other T & P required to achieve the Milestone(s):i) Steel shuttering plates including necessary scaffolding 6000 sqm. ii) Needle Vibrator with nozzle (of various sizes) -- 4 Nos. iii) Pumps for curing -- 2 Nos. iv) Welding machine --2 Nos. v) Concrete mixer --2 No. vi) Reinforcement cutting, bending machine --2 Nos. vii) Builders hoists ---- 1 No viii) Steel scaffoldings --3000 m.
Note-

These equipment/T&P/machinery shall be the mandatory requirement over and above those pertaining to arrangement of concrete from RMC producing plants as mentioned elsewhere in the tender documents. In case the requirement at any stage exceeds that given above the same shall be arranged as per need by the contractor at his own cost to achieve the Milestone. Nothing extra whatsoever shall be payable on this account

63

PROFORMA FOR TESTS CARRIED OUT NAME OF THE WORK: AGREEMENT NO. & DATE: DIVISION/ SUB-DIVISION

Sl. No.

Item

Quantities as per agreement

Frequency as per specification

No. of tests required

R.A. bill No.

Up-todate quantity

No. of tests required

No. of tests actually done

Remarks

10

Signature of Contractor

64

List of Preferred Makes for Civil & Public Health Works SN 1 2 3 4 5 6 7 8 9 Name of Materials Ordinary Portland cement Pozzolona Cement (Grey) - 43 Grade RMC White Cement Reinforcement Steel Veneered Particle Board Laminated Particle Board Flush Door Shutters Pressed Steel Frames Preferred Makes ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JKCement. JP Rewa & Shree Ultratech, L&T, ACC or any other approved by CE (Civil), BSNL,Chandigarh Birla White / J. K. White SAIL, TISCO & RINL Novapan, Kitply & Greenply Sunmica, Century, Greenply, Novapan & Kitply Kitply Industries , Century , Greenlam & Samrat Laminates Synergy Thrislington.

10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26

Water Proofing Compound PVC Pipe & Fittings Acrylic Distemper / Plastic Paint / OBD Synthetic Enamel Paint Steel Primer Wood Primer Mosaic Glass Tiles Dash / Anchoring Fasteners Nuts / Bolts & Screws Stainless Steel Sink (Out of Salem Steel only) Float Valve Admixtures Vitreous China Sanitary Ware Plastic Seat Cover of W.C. (ISI Mark only) CP Fittings / Mixer Pillar taps Washers CP Accessories Centrifugally Cast (Spun) Iron Pipes

Fosroc, Cico, Pidilite. Impermo by M/s Snowcem & Sika. Supreme, Finolex & Prince. ICI & Asian Paints (Tractor Acrylic) ICI (Dulux Gloss) & Asian Paint (Premium Apcolite Gloss) ICI & Asian Paints ICI & Asian Paints Coral, Mridul, Italia & Bisaza HILTI / Fischer GKW & Atul DIAMOND, NIRALI, Neelkant & Jayna Viking & Prayag. Fosroc & Sika Parryware, Hindware & Cera Commander, Hindware, Admiral,Parryware & Cera JAQUAR continental series or equivalent JAQUAR continental series or equivalent NECO, or any other B.I.S marked Product & Fittings

65

27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59

Centrifugally Cast (Spun) Iron Pipes (Class LA) G.I. Pipes G.I. Fittings Gun metal Valves Stone Ware Pipes & Gully Traps Mirror Glass Grouting Compound Aluminium Sections Aluminium Fittings Hydraulic Door Closer Floor Springs Exterior Paint Friction Hinges Reflective Sun Control Film 6 mm / 12 mm thick Ply Telescopic Drawer Channel Ceramic Glazed Tiles (Matt Finish) Glazed Vitrified Tiles Rectified (Pure Matt Finish) Glazed Vitrified Tiles Rectified (Satin Finish) Glass including high performance thermal glass Brass Locks 12 mm Particle Board 19 mm Block Board Poly Carbonate Sheet Acoustical Wall Paneling Silicon Sealant Glass Wool Stainless Steel Hand Rail System Stainless Steel Pull Handle Wall Putty Ceramic Wall Tiles for Dado W.C., EWC, Wash Basin, Urinal & Urinal Division Plates Health Shower, Taps, Jet Spray

Electro Steel, Kesoram & Jindal. Jindal (Hissar) & TATA Unik & UU Leader, Zoloto & Sant Prefect, Hind , Crystal or ISI marked S.W.Pipes. Atul, Modi Guard & Saint Gobain Bal endura & Latticrete Hindalco, Jindal Ebco, Dorma, Ozone, Classic & Everite Dorset, Dorma, Ozone, Hardwyn & Everite Ebco, Dorma, Ozone Asian, Nerolac, Berger & Snowcem India Zipco, AKS, Dorma & Earl Bihari Garware Century, Duro & Green Earl Bihari & Hettich Nitco, Johnson, Naveen, Orient, Asian & Kajaria Nitco, Johnson, Naveen, Orient & Asian, Nitco, Johnson, Naveen, Orient & Asian, Saint Gobain, Modi Guard & AIS Dorset, Crust, Kich & Godrej Novapan, Kitply, greenply,Euro Century, Green Ply &Archid GE Armstrong / Anutone Dow Corning, GE & 3M Twiga, Rockwool Kich , Dorset, Crust, & Dorma Kich, Dorset, Crust, & Dorma Birla Care & JK White Nitco, Johnson, Naveen, Orient, Asian & Kajaria Hindware, Parryware & Jaguar Jaguar, Moen & Marc 66

60

Hand Drier cum Paper Dispenser Unit

Hindware, Parryware & Jaguar

It is certified that I have gone through the above list of preferred make of materials and the rates has been quoted accordingly.

( Signature of Contractor)

67

TABLE OF MILE STONE (S)

Milestones S.No. Financial Progress 1/8th (Of the whole work) Time Allowed (From date of start) 1/4th (Of the whole work) 1/2th (Of the whole work) 3/4th (Of the whole work) Full

Amount to be with held in case of non achievement of milestone In the event of not achieving the necessary progress as assessed from the running payments, 1% of the tendered value of work will be withheld for failure of each milestone.

2 3 4

3/8th (Of the whole work) 3/4th (Of the whole work) Full

68

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINIUM DOORS, WINDOWS, VENTILATOR WORK. The agreement made this.................... day of ................. (Two Thousand only) .............. between ....................................S/o ...............................................(hereinafter called the GUARANTOR of the one part) and the BHARAT SANCHAR NIGAM LIMITED (hereinafter called the BSNL of the other part) WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated .................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable, workmanship, polyester powder coating, anodizing, colouring and sealing etc. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty material and workmanship, defective dyed/transparent anodizing/ powder coating for defect liability period i.e 1 (One) year from the date of completion of work. NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years to be reckoned from the date after the expiry of maintenance period prescribed in the contract. The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final. During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the guarantors cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ...................... .......................................................and ................................................. by ........................................... for and on behalf of the BHARAT SANCHAR NIGAM LIMITED on the day, month and year first above written. SIGNED, sealed and delivered by OBLIGATOR in the presence of :1. .................................................... BEHALF OF 2. THE ............................................ BHARAT 2. SANCHAR NIGAM LIMITED

SIGNED FOR AND ON BY....................... in the presence of:1. ...................................................

............................................

69

PROFORMA FOR ASSOCIATION OF ELECTRICAL AGENCY

We would like to engage the following Electrical Contractor for this work:Name Contractor of Address Class of Registration Max. Ceiling Limit to execute Elect. work BSNL Registration No. Validity of Registration Whether debarred from tendering

(Signature of Contractor)

70

PROFORMA FOR CONSENT LETTER FOR ASSOCIATION WITH ELECTRICAL CONTRACTOR

Name of Work: Construction of Academic Block

No 2 for Indian institute of Science education & Research at Mohali (Pb) including internal Electrical Installations .

I/We hereby give my/our consent to work as electrical contractor for execution of the electrical component of the work till the completion of work/project. I/We shall also be responsible for all necessary action to hand over the installation and for rectification of defects and repair during the maintenance period . I/We shall execute the work as per CPWD specifications and other provisions mentioned in additional, special, particular etc. terms and conditions of the contract. I/We shall engage suitable qualified Engineer for the work as per condition of the contract.
I /We hereby certify that I/We am/are registered contractor of BSNL , eligible to tender for the estimated cost of electrical component of the work. I/We hereby certify that none of my relative(s) as defined in the document, is/are employed in concerned BSNL Civil and Electrical 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. I further certify that the above particulars pertaining to me are correct .

Signature of Electrical Agency

71

PARTICULAR SPECIFICATIONS OF WORK


1.0 1.1 1.1.1 R.C.C. WORK:Design Mix Concrete The Contractor shall design mixes for each class of concrete indicating that the concrete ingredients and proportions will result in concrete mix meeting the requirements specified , at his own cost. Nothing shall be paid on this account to the contractor . (a) The contractor has to submit design mix without use of admixtures. (b) Admixture may be added (by maintaining the minimum cement content as given under para2.1.3) in case of specific technical requirement so as to meet the workability / slump requirement or for any other reason but nothing extra is to be paid to contractor on account of adding admixtures. The sources of coarse aggregate, fine aggregate, water, admixture , fly ash & cement to be used in concrete work shall be identified by the contractor & he will satisfy himself regarding their conforming to the relevant specifications & their availability before getting the same approved from the Engineer-In-Charge. (a) (b) (c) (d) Coarse Aggregate:Fine Aggregate:Water:Cement:As per CPWD Specifications As per CPWD Specifications It shall conform to requirements laid down in IS:456-2000 / Para 5.4 or CPWD Specifications OPC of grade 43 shall be used for design mix concrete and shall conform to IS-8112, or IS-12330. However, if the contractor uses higher grade of cement nothing extra shall be paid. The admixture shall conform to IS: 9103. Whenever required, the admixture of approved quality & approved make only shall be used to attain the required workability. Nothing extra on account of use of Admixture / Plasticizer shall be payabl e.
Wherever allowed by Engineer-in-charge (except pile work), the fly ash as part replacement of OPC shall conform to Grade I of IS 3812.

1.1.2

(e) Admixture / Plasticizer

(f) Fly Ash :-

1.1.3

The Contractor shall engage, at his own cost, one of the following approved laboratories / test house for designing the concrete mix in accordance with relevant IS Code and to conduct laboratory tests to ensure the target strength & workability criteria for a given grade of concrete: i) ii) iii) iv) v) Technical Teacher Training Institute, Sector 26, Chandigarh. Punjab Engineering College, Chandigarh. NIT, Jalandhar. (Formerly known as REC, Jalandhar.) IIT, New Delhi. Chandigarh Engineering College, Sector 26, Chandigarh.
72

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the Engineer-in-charge and the samples of such aggregates sent shall be preserved at site by the department. In the event if all the above laboratories are unable to carry out the requisite design / testing, the contractor may have it done from any other laboratory with prior approval of the Chief Engineer (civil). Nothing shall be paid to the contractor on this account.
2.0 2.1
READY MIX CONCRETE :

The contractor shall be allowed to arrange Ready MIX concrete (RMC) from the RMC producing plants . Design mix concrete produced in Ready mix concrete plant shall be arranged by the contractor from the RMC producers to be used for RCC works. Ready mix concrete shall be arranged in quantity as required at site of work. The ready mix concrete shall be supplied as per the pre-agreed schedule approved by Engineer-in-Charge. Nothing extra shall be payable on this account. The contractor shall, within 15 days of award of work, submit list of atleast 3 RMC producers along with details of such plants including details and no. of transit mixers / agitators and pumps etc. to be deployed indicating name of owner/Company, its location, distance from construction site, capacity ,technical establishment, past experience , text of MOU proposed to be entered between purchaser (the contractor) and supplier (RMC producer) etc to the Engineer-in-charge.. The contractor shall draw the MOU with approved RMC producer and submit to Engineer-in-Charge with in a week of such approval. The contractor will not be allowed to use ready mixed-concrete without completion of above stated formalities. Notwithstanding the approval granted by the Engineer-in-charge in aforesaid manner or provisions in CPWD specification 2009, the contractor shall be fully responsible for quality of concrete including input control, transportation and placement etc.

2.2

2.3

2.4 The Engineer-in-charge shall have the right to exercise a control over the :i) Ingredients, water and admixtures purchased, stored and to be used in the concrete including conducting of tests for checking of materials, recording of test results and declaring the materials fit or unfit for use in production of mix . ii) Calibration check of the RMC Plant iii) Weight and quantity check on the ingredients, water and admixtures added for batch mixing iv) Time of mixing of concrete v) Testing of fresh concrete, recording of result and declaring the mix fit or unfit for use. This shall include continuous control on the workability during production and taking corrective action, if required. vi) For exercising such control, the Engineer-in-charge may depute his authorized representative at the RMC plant. It shall be responsibility of the contractor to ensure that all necessary equipment, manpower & facilities are made available to Engineer-in-Charge and/or his authorized representative at RMC Plant.
2.5

The contractor should therefore draw MOU/agreement with RMC producer very carefully keeping in view all terms and conditions/specifications forming part of this tender document. All required relevant records of RMC shall be made available to the Engineer-in-Charge or his authorized representative. Engineer-in-Charge shall, as required, specify guidelines & additional procedures for quality control & other parameters in respect of materials, production & transportation of concrete mix which shall be binding on the contractor and the RMC plant. Only concrete as approved in design mix by Engineer-in-charge shall be produced in RMC plant and transported to the site.
73

2.6

2.7
2.8

43 grade OPC (Conforming to IS-8112) of brand/make/source as approved by Engineer-inCharge shall only be used for production of concrete. Fly ash conforming to grade I of IS 3812 may be used as part replacement wherever allowed by Engineer-in-charge (except pile work). However, fly ash contents will not exceed 20%(twenty percent) by mass of Portland fly ash cement. Transportation of concrete: The concrete shall be transported in a truck mounted agitators ie revolving drum mounted on truck chassis. Ready mix concrete shall be transported form the mixing plant to the point of placing as rapidly as practicable by methods that shall maintain the required workability and shall prevent segregation, loss of any constituents or ingress of foreign matter or water. The concrete shall be placed as soon as possible after delivery. If required, admixtures can be used to slow down the rate of workability loss. The contractor should plan the concreting to ensure that the same is placed and compacted within the initial setting time of concrete. The initial setting time shall commence from the time of adding the water to the dry mix of cement and aggregate or of adding the cement to the wet aggregate whichever is applicable as noted in delivery challan. Generally, concrete shall be discharged, placed in position and vibrated within the initial setting time. However, a longer period may be permitted if retarding admixtures are used but not more than the extended initial setting time. No concrete shall be accepted without delivery challan which shall have following information. a) Name or No. of the ready-mixed concrete depot : b) Sl. No. of the ticket : c) Date : d) Truck No. : e) Name of the Purchaser : f) Name & Location of site : g) Grade or mix description of the concrete : h) Specified target workability : i) Minimum cement content : j) Fly ash contents: k) Type of cement & Grade : l) Max. free water-cement ratio : m) Nominal max. size of aggregate : n) Generic type or name of any chemical admixtures included : o) Qty. of concrete in cum : p) Quantities of constituents of concrete : q) Time of loading : r) Signature of the Plant operator :

3.0

3.1

3.2.

3.3.

3.4. On receiving the delivery challan, following information shall be added in the delivery ticket. a) Time of arrival on site : b) Time when discharge was completed : c) Any admixture added to meet the specified workability : d) Pouring location : e) Slump at site : 3.5 The green concrete shall be liable to be rejected if the ingredient quantities are not as per approved mix design, whole or part of the concrete for which initial setting time/ extended initial setting time has
74

expired before laying and compaction or fails on account of workability criteria at the time of laying the concrete. The decision of the Engineer-in-Charge in this regard shall be final and binding 3.6

Test for workability :


Before discharging the concrete from the truck mixer, the concrete drum shall be rotated at the rate of 10 to 15 rotations per minute for 3 minutes to make sure that concrete is thoroughly mixed and becomes uniform and concrete sample shall be collected for workability test. The slump test shall be done as per IS1199. It shall be ensured that during the discharge, laying and compaction of whole concrete, the workability shall be as approved. If there is slow discharge or there is disruption in discharge of concrete workability shall be again checked. The adjustment in slump may be made up by adding plasticizer with the prior approval of Engineer-in-Charge.

4.0 4.1

Pumping and placing in position :

The concrete shall be laid in position with the stationary pump or truck mounted pump connected with pipe lines. It may also be placed in position with the help of tower crane etc. 4.2. Placing : 4.2.1. Concreting shall be commenced only after Engineer-in-charge has inspected and approved the centering, shuttering and reinforcement arrangements. Shuttering shall be clean and free from all shavings, saw dust, pieces of wood, or other foreign materials. Concrete shall not be deposited under water. 4.2.2 In case of concreting of slabs and beams, wooden plank or cat walks of chequred MS plates or bamboo chalies or any other suitable material supported directly on the centring by means of wooden blocks or lugs shall be provided to convey the concrete to the place of deposition without disturbing the reinforcement in any way. Labour shall not be allowed to walk over the reinforcement. 4.2.3 In case of columns and walls, it is desirable to place concrete without construction joints. The progress of concreting in the vertical direction, shall be restricted to one metre per hour. 4.2.4 The concrete shall be deposited in its final position in a manner to preclude segregation of ingredients. In deep trenches and footings concrete shall be placed through flexible pipe / chutes or as directed by the Engineer-in-Charge. In case of columns and walls, the shuttering shall be so adjusted that the vertical drop of concrete is not more than 1.5 metres at a time. 4.2.5. The Concrete shall be deposited by pumps / tower crane as nearly as practicable in its final position to avoid re-handling. It shall be laid gently (not thrown) and shall be thoroughly vibrated and compacted before setting commences and should not be subsequently disturbed. Method of placing shall be such as to preclude segregation. Care shall be taken to avoid displacement of reinforcement or movement of form work and damage due to rains.
4.2.6 Construction Joint

4.2.6.1 Concreting shall be carried out continuously upto the construction joints, the position and details of which shall be as shown in structural drawing or as indicated in Fig. 26 of CPWD Specification or as directed by Engineer-in-charge. Number of such joints shall be kept to minimum. These shall be straight and shall be at right angles to the direction of main reinforcement. Construction joints should comply with IS : 11817. 4.2.6.2 In case of columns the joints shall be horizontal and 10 to 15 cm below the bottom of the beam running into the column head. The portion of the column between the stepping off level and the top of the slab shall be concreted with the beam. 4.2.6.3 When stopping the concrete on a vertical plane in slabs and beams, an approved stop-board (see Fig. 26 C of CPWD Specification) shall be placed with necessary slots for reinforcement bars or any other obstruction to pass the bars freely without bending. The construction joints shall be keyed by providing a triangular or trapezoidal fillet nailed on the stop-board. Inclined or feather joints shall not be permitted. Any concrete flowing through the joints of stop-board shall be removed soon after the initial set. When concrete is stopped on a horizontal plane, the surface shall be roughened and cleaned
75

after the initial set. 4.2.6.4 When the concrete is to be resumed, the joint shall be thoroughly cleaned with wire brush and loose particles removed. A coat of neat cement slurry at the rate of 2.75 kg of cement per square meter shall then be applied on the roughened surface before fresh concrete is laid.
5. Compaction : 5.1 Concrete shall be thoroughly compacted and fully worked around embedded fixtures and into corners of the form work. Compaction shall be done by mechanical vibrator of appropriate type till a dense concrete is obtained. The Mechanical vibrators shall conform to IS 2505, IS:2506, IS:2514, and IS:4656.To prevent segregation, over vibration shall be avoided. 5.2 Compaction shall be completed before the initial setting starts. For the items where mechanical vibrators are not possible to be used, the contractor shall take permission of the Engineer-in-charge in writing before the start of the work. After compaction, the top surface shall be finished even and smooth with wooden trowel before the concrete begins to set. 5.3 Concrete shall be compacted into dense mass immediately after placing by means of mechanical vibrators designed for continuous operations. The Engineer-in-Charge may however relax this conditions at his discretion for certain items, depending on the thickness of the members and feasibility of vibrating the same and permit hand compaction instead. Hand compaction shall be done with the help of tamping rods so that concrete is thoroughly compacted and completely worked around the reinforcement, embedded fixtures, and into corners of the form. The layers of concrete shall be so placed that the bottom layer does not finally set before the top layer is placed. The vibrators shall maintain the whole of concrete under treatment in an adequate state of agitation, such that de-aeration and effective compaction is attained at a rate commensurate with the supply of concrete. The vibration shall continue during the whole period occupied by placing of concrete, the vibrators being adjusted so that the centre of vibrations approximates to the centre of the mass being compacted at the time of placing. 5.4 Concrete shall be judged to be properly compacted, when the mortar fills the spaces between the coarse aggregate and begins to cream up to form an even surface. When this condition has been attained, the vibrator shall be stopped in case of vibrating tables and external vibrators. Needle vibrators / internal vibrators shall be withdrawn slowly so as to prevent formation of loose pockets. In case both internal and external vibrators are being used, the internal vibrator shall be first withdrawn slowly after which the external vibrators shall be stopped so that no loose pocket is left in the body of the concrete. The specific Contractor instructions of the makers of the particular type of vibrator used shall be strictly complied with. Shaking of reinforcement for the purpose of compaction should be avoided. Compaction shall be completed before the initial setting starts or extended initial setting time in case where retarder is used. 6. Curing : 6.1. As soon as concrete is compacted and leveled, the exposed surface shall be covered with polythene sheet for initial two to three hours after laying of the concrete so that moisture loss from the concrete can be prevented. 6.2. When the concrete begins to harden i.e. two to three hours after compaction, the exposed surfaces shall be kept damp with moist gunny bags, sand or any other material approved by the Engineer-incharge. 24 hours after compaction, the exposed surface shall be kept continuously in damp or wet conditions by ponding or by covering with a layer of sacking , canvass, Hessian or similar absorbent materials and kept constantly wet for atleast 10 days from the date of placing of concrete. 6.3 Approved curing compounds may be used in lieu of moist curing with the written permission of the Engineer-in-Charge. Such compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set. 6.4 Freshly laid concrete shall be protected from rain by suitable covering. 6.5 Over the foundation concrete, the masonry work may be started after 48 hours of its compaction but the curing of exposed surfaces of cement concrete shall be continued along with the masonry work for at least 10 days. And where cement concrete is used as base concrete for flooring, the flooring may be commenced before the curing period of base concrete is over but the curing of base 76

concrete shall be continued along with top layer of flooring for a minimum, period of 10 days.
7. Finishing

7.1. 7.2. 7.3

In case of roof slabs the top surface shall be finished even and smooth with wooden trowel, before the concrete begins to set. Immediately on removal of forms, the RCC work shall be examined by the Engineer-in-Charge, before any honey combs / defects are made good. Surface defects of a minor nature may be accepted. On acceptance of such a work by the Engineer-inCharge, the same shall be rectified as follows : a) Surface defects which require repair when forms are removed, usually consist of bulges due to movement of forms, ridges at form joints, honey combed areas, damage resulting from the stripping of forms and bolt holes, bulges and ridges are removed by careful chipping or tooling and the surface is then rubbed with a grinding stone. Honey-combed and other defective areas shall be chipped out, the edges being cut as straight as possible and perpendicular to the surface, or preferably slightly undercut to provide a key at the edge of tthe patch. patch.LAR SPECIFICATION BSNL Shallow patches shall first treated with a coat of thin grout composed of one part of cement and one part of fine sand and then filled with mortar similar to that used in the concrete. The mortar is placed in layers not more than 10 mm thick and each layer is given a scratch finish to secure bond with the succeeding layer. The last layer is finished to match the surrounding concrete by floating, rubbing or tooling on formed surfaces by pressing the form material against the patch while the mortar is still plastic. Large and deep patches require filling up with concrete held in place by forms. Such patches are reinforced and carefully dowelled to the hardened concrete. Holes left by bolts are filled with mortar carefully packed into places in small amounts. The mortar is mixed as dry as possible, with just enough water so that it will be tightly compacted when forced into place. Tiered holes extending right through the concrete may be filled with mortar with a pressure gun similar to the gun used for greasing motor cars Normally, patches appear darker than the surrounding concrete, possibly owing to the presence on their surface of less cement laitance. Where uniform surface colour is important, this defect shall be remedied by adding10 to 20 percent of white Portland cement to the patching mortar. The exact quantity being determined by trial. The same amount of care to cure the material in the patches should be taken as with the whole structure, Curing must be started as soon as possible, after the patch is finished to prevent early drying. Damp Hessian may be used but in some locations it may be difficult to hold it in place. A membrane curing compound in these cases will be most convenient. The surface which is to receive plaster or where it is to be joined with brick masonry wall, shall be properly roughened immediately after the shuttering is removed, taking care to remove the laitance completely without disturbing the concrete. The roughening shall be done by hacking. Before the surface is plastered, it shall be cleaned and wetted so as to give bond between concrete and plaster. RCC work shall be done carefully so that the thickness of plaster required for finishing the surface is not more than 6 mm. The surface of RCC slab on which the flooring with cement base is to be laid shall be roughened with brushes while the concrete is green. This shall be done without disturbing the concrete. FORM WORK
77

b)

c) d) e)
f)

g)

7.4

7.5

8.0

8.1 8.2 8.3

The work shall be done in general as per CPWD Specifications. Only M.S. centring / shuttering and scaffolding material unless & otherwise specified shall be used for all R.C.C. work to give an even finish of concrete surface. In order to keep the floor finish as per architectural drawings and to provide required thickness of the flooring as per specifications, the level of top surface of R.C.C. shall be accordingly adjusted at the time of its centring, shuttering and casting for which nothing extra shall be paid to the Contractor. As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm or as required, lower than general floors shuttering should be adjusted accordingly. Nothing extra is payable on this account. Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor. Minimum size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces are required to complete the shuttering panels. Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed to be used on the work. The shuttering plates shall be cleaned properly with electrically driven sanders to remove any cement slurry or cement mortar or rust. Proper shuttering oil or debonding compound shall be applied on the surface of the shuttering plates in the requisite quantity before assembly of steel reinforcement. REINFORCEMENT:The reinforcement shall be done as per CPWD Specifications.

8.4

9.0

9.1

The rate of item of reinforcement of RCC work includes all operations including straightening, cutting, bending, welding, binding with annealed steel or welding and placing in position at all the floors with all leads and lift complete as per CPWD Specifications. The contractor shall provide approved type of support for maintaining the bars in position and ensuring required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate positioning of reinforcement. Spacer blocks shall be cast well in advance with approved proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. or approved equivalent) of high early strength and same colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks. PRE-CAST RCC WORK The work shall be done in accordance with CPWD Specifications. Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision shall be made in the mould to accommodate fixing devices such as hooks etc. and forming of notches and holes. Each unit shall be cast in one operation. A sample of the unit shall be got approved from Engineer-in-charge before taking up the work. Pre-cast units shall be clearly marked to indicate the top of member and its location. Pre-cast units shall be stored, transported and placed in position in such a manner that these are not damaged. 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 for framework and mechanical vibration.
78

9.2

10.0 10.1 10.2

10.3 10.4 10.5

10.6
11.0

Rate for item includes cost of all materials. labour, and all operations involved. Cost of M.S. frames, lugs including their welding, lifting hooks is also included.
BRICK WORK:-

11.1 11.2 11.3


12.0

The brickwork shall be carried out with good quality well burnt FPS bricks of class designation 75 as per CPWD Specifications or as specified in the item. The rate shall also include for leaving chases / notches for dowels / cramps for all kinds of cladding to come over brick work. Brick work provided around shaft or lift walls or around slab cutouts shall be measured in the brick for corresponding floor level. Nothing extra shall be paid on this account.
WOOD WORK:-

12.1 12.2 12.3 12.4

The wood work in general shall be carried out as per CPWD Specifications. The sample of timber to be used shall be deposited by the contractor with Engineer-in-charge before commencement of work. The shape and size of beading shall be as per drawings. The joints of beading shall be mitred. Timber shall be of specified species, good quality ,kiln seasoned and preservative treated. It shall have uniform colour, reasonably straight grains and shall be free from knots, cracks, shakes and sapwood. It shall be close grained. The contractor shall deposit the samples of species of timber to be used with the Engineer-in-Charge for testing before commencement of the work. Wood work shall not be painted, oiled or otherwise treated before it has been approved by the Engineer-in-charge. All portion of timber including architrave abutting against masonry, concrete, stone or embedded in ground shall be painted with approved wood preservative or with boiling coaltar. The contractor(s) shall produce cash voucher and certificates from approved Kiln Seasoning Plants about the timber used on the work having been kiln seasoned and chemically treated by them, falling which it would not be so accepted as kiln seasoned and/or chemically treated. The shutters should be fabricated in factories & fabrication should conform to CPWD Specifications 2009. The contractor shall propose well in advance to Engineer-in-Charge, the names and address of the factory where from the contractor intends to get the shutters manufactured along with the credential of the firm. The contractor shall place the order for manufacturing of shutters only after obtaining approval of the Engineer in Charge whose decision in this case shall be final & binding. In case the firm is not found suitable he shall propose another factory. The factory may also be inspected by a group of officers before granting approval; shutters shall however he accepted only if these meet the specified test. Contractor will arrange stage wise inspection of the shutters at factory by the Engineer-in-Charge or his authorized representative. The contractor will have no claim if the shutters brought at site in part or full lot are rejected by the Engineer-in-Charge due to bad workmanship / quality. Such defective shutters will not be measured and paid. The contractor shall remove the same from the site of work with in 7 days after the written instruction in this regard are issued by the Engineer-in-Charge.
STEEL WORK:79

12.5

12.6

12.7 12.8

12.9

13.0

13.1 13.2

The work shall be carried out as per CPWD Specifications. Pressed Steel Frame / T Iron Frames: - The work shall be done as per CPWD Specifications 2009 and IS 4351.The frames shall be fabricated in approved workshops as mentioned in the List of preferred makes.
FLOORING:

14.0 14.1

All work in general , shall be carried out as per CPWD Specifications. Only machine cut stone slabs of Marble, Granite, Kota, etc. shall be used for flooring work. Whenever flooring is to be done in patterns of tiles and stones, the contractor shall get samples of each pattern laid and approved by the Engineer-in-charge before final laying of such flooring. Nothing extra shall be payable on this account. Different stones / tiles used in pattern flooring shall be measured separately as defined in the nomenclature of the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate. No additional wastage, if any, shall be accounted for any extra payment. Samples of flooring stones (Kota/ Marble/ Granite etc.) shall be deposited well in advance with the Engineer-in-Charge for approval. Approved samples should be kept at site with the Engineer-inCharge and the same shall not be removed except with the written permission of Engineer-in-Charge. No payment whatsoever shall be made for these samples. The Marble/ Kota/ Granite or any other stone shall be fully supported by the details establishing the quarry and its location. Whenever the Kota stone/marble stone flooring are to be provided in treads of staircase it should be provided in one piece with pre finished nosing and pre polished exposed surfaces and edges. Kota stone flooring or granite stone flooring to be provided on top of cooking platform shall be pre polished with pre finished nosing.
FINISHING:-

14.2

14.3

14.4

14.5 14.6

15.0. 15.1

The work shall be done in accordance with CPWD Specifications. All painting material of approved brand and manufacturer shall be brought to the site of work in the original sealed containers. The material brought to the site of work shall be sufficient for at least 30 days of work. The material shall be kept under the joint custody of contractor and representative of the Engineer-in-charge. The empty containers shall not be removed from the site till the completion of the work without permission of the Engineer-in-charge.
SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:-

15.2

16.0

16.1 16.2 16.3

The work in general shall be carried out as per CPWD Specifications. The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. wherever required and making good the same for which nothing extra shall be paid. The Centrifugally spun cast iron pipe IS: 3989-1984 ,wherever necessary, shall be fixed to RCC columns, beams etc. with rawl plugs of approved quality and nothing extra shall be paid for on this account. In case the pipe is to be imbedded in the brick wall/RCC/CC , the same shall be got done as per direction of Engineer-in-charge and nothing extra shall be paid on account of this.
80

17.0 17.1

Aluminium doors, windows, ventilators etc. glazing specifications The work shall be carried out through an approved specialized Agency, who shall furnish all material, labour, accessories, equipment, tool and plants and incidentals required for providing and installing Polyester powder coated aluminium doors, windows, claddings, louvers and other items as called for on the drawings. The drawings and specifications cover the major requirements only. The supplying of additional fastenings, accessories, fixtures and other items not mentioned specifically herein, but which are necessary to make a complete installation shall be a part of this contract. General: Aluminium doors, windows etc. shall be of sizes, section details as shown on the Architectural drawings. The details shown on the drawings indicate generally the sizes of the component parts and general standards. These may be varied slightly to suit the standard adopted by the manufacturers. Before proceeding with any manufacturing, the contractor shall prepare and submit complete manufacturing and installation drawings for approval of the Engineer-in-Charge and no work shall be performed until the approval of these drawings is obtained. Shop Drawings: -The contractor shall submit the shop drawings of doors, windows, louvers, cladding and other aluminium work, based on the architectural drawings to the Engineer-in-Charge for his approval. The shop drawing shall show full size sections of doors, windows etc. thickness of metal (i.e. wall thickness) details of construction, sub frame/rough ground profile, anchoring details hardware as well as connection of windows, doors and other metal work to adjacent work. Samples of all joints and methods of fastening and joining shall be submitted to the Engineer-in-Charge for approval well in advance of commencing the work. Samples: -Samples of doors, windows louvers etc. shall be fabricated, assembled and submitted to Engineer-in-Charge for his approval. They shall be of sizes, types etc. as decided by Engineer-inCharge. All samples shall be provided at the cost of the contractor and nothing shall be paid on account of these. Sections: -Aluminium doors and windows shall be fabricated from approved sections of profiles as detailed on drawings. The sections shall be approved by the Engineer-in-Charge. The aluminium sections shall conform to BIS designation IIE/IIV 9 WP alloy, with chemical composition technical properties, as per IS: 733 and IS: 1285. The permissible tolerance of the sections shall be such as not to impair the proper and smooth function/ operations and appearance of doors and windows. Fabrication: - Doors, windows etc. shall be fabricated to sizes at factory and shall be of section, sizes, combinations and details as shown on the drawings. All doors, windows etc. shall have mechanical joints. The joints shall be designed to withstand a wind load of 150 Kg. per sqm. The design shall also incur that the maximum deflection of any member shall not exceed 1/175 of the span of the member. All members shall be accurately machined and fitted to form hairline joints prior to assembly. The joints accessories such as cleats, brackets etc. shall be of such material as not to cause any bimetallic action. The design of the joints and accessories shall be such that the accessories are fully concealed. The fabrication of doors, windows, etc. shall be done in suitable sections to facilitate easy transportation, handling and installation. Adequate provision shall be made in the door and window members for anchoring to support and fixing of hardware and other fixture as approved by the Architect. Polythene tape protection shall be applied on the aluminium section before they are brought to site. All care shall be taken to ensure surface protection during transportation, storage at site and installation. The tape protection shall be removed on installation. The sample will be tested in the approved laboratory and cost of samples; cost of testing etc. shall be borne by the contractor.

17.2

17.3

17.4.

17.5.

17.6

17.7

81

17.8 17.9

Protection of finish: - All aluminium members shall be wrapped with approved self-adhesive nonstaining. PVC tapes and nothing extra shall be paid on this account. Handing and Stacking: -

17.9.1 Fabricated materials shall be carried in an approved manner to protect the material against any damage during transportation. The loading and unloading shall be carried out with utmost care. On receipt of material at site, it shall be carefully examined to detect any damaged pieces. Arrangements shall be made for expeditious replacement of damaged pieces/ parts. Materials found to be acceptable on inspections shall be repacked in crates and stored safely. 17.9.2 In the case of composite windows and doors, the different units are to be assembled first. The assembled composite units should be checked for line, level and plumb before final fixing is done. Units may be serial numbered and identified as out how to be assembled in their final locations if situation so warrants. 17.9.3 The contractor shall be responsible for assembling composite, bedding and filling the grove with polysulphide sealant inside and outside, at transoms and mullions placing the doors, windows etc. in their respective openings. After the doors/ windows have been fixed in their correct assigned position, the open hollow sections abutting masonry concrete shall be fitted with approved polysulphide sealant densely packed and finished neat. 17.9.4 The contractor shall be responsible for doors, windows, etc. being set straight, plumb, level and for their satisfactory operation after fixing is complete. 18.0 18.1 Installation: Just prior to installation the doors, windows, etc. shall be uncreated and stacked on edge on level bearers and supported evenly. The frame shall be fixed into position true to line and level using adequate number of expansion machine bolts, anchor fasteners, of approved size and manufacture and in an approved manner. The holes in concrete/masonry members for housing anchor bolts shall be drilled with an electric drill. The door/ windows assembled as shown on drawings shall be placed in correct final position on the opening and marks made on concrete members at jambs, sills and heads against the holes provided in frames for anchoring. The frame shall then be removed from the opening and laid aside. Neat holes with parallel sides of appropriate size shall then be drilled in the concrete members with an electric drill at the marking to house the expansion blots. The expansion bolts shall then be inserted in the holes, struck with a light hammer till the nut is forced into the anchor shell. The frame shall then be placed in final position in the opening and anchored to the support thought cadmium plated machine screws of required size and anchored to the support through cadmium plated machine screws of required size threaded to expansion bolts. The frame shall be set in the opening by using wooden wedges at supports and be plumbed in position. The wedges shall invariably be placed at the meeting at points of glazing bars and frame. Neoprene gaskets: - The contractor shall provide and install Neoprene gaskets of approved size and profile at all locations as shown and as called for to render the doors, windows etc. absolutely air tight and weather tight. The contractor shall produce samples of the gaskets for approval and shall procure the same only after approval of the product. The gaps between aluminium frames and adjacent RCC/Brick work/ Stone work etc. and also any gaps in the door and windows sections shall be raked out as directed and filled with approved sealant as per direction of Engineer-in-charge. Details of Test: 82

18.2

18.3

18.4

18.5

18.5.1 The various tests on aluminium sections shall be conducted in accordance with the relevant CPWD specifications/IS codes. The samples of major member of each unit of doors/ windows shall be selected at random by Engineer-in-Charge as such that all the aluminium section shall be got tested. 18.5.2 Acceptance Criteria: - The aluminium work shall carry one year of guarantee after completion of work against unsound material, workmanship and defective coating as per guarantee bond. Guarantee in prescribed Performa given in the document , must be given by the specified firm, which shall be counter signed by the contractor, in token of his overall responsibility. If any defect is noticed during the guarantee period, the contractor should rectify it within seven days and if not attended to the same will be got done from another agency at the risk and cost of contractor and shall be recovered from Security deposit. 18.5.3 Rates: The rates of the item shall include the cost of materials, labour etc. including all incidental charges in all the above operations as specified in CPWD specifications. The rate also include the cost of hinges/pivots .

19.0 Pile Work


For bored cast in situ under- reamed compaction piles. The following is to be followed:(a) The grade of concrete shall be as (i) For piles M-35 (ii) For pile cap- M -25 (b) Steel reinforcement shall be Fe -500 TMT bars. (c) Lap length in pile cap shall be in accordance with relevant structural drawing and IS code. (d) The reinforcement cage shall be prepared by welding the hoop bars with longitudinal bars. (e) Minimum cover for longitudinal steel in piles shall be 50 mm or as per relevant structural drawing and IS code. (f) Clear cover for main reinforcement in pile cap shall not be less than 75 mm or as per relevant structural drawing and IS code. (g) Slump of concrete shall range between 100 mm to 150 mm in water free bore hole. (h) For bored compaction piles rapid hardening cement shall not be used. (i) Routine load test on working pile to be carried out & results to be intimated to Engineer in- Charge & proper record of the same be maintained.

19.1 Under reamed bored compaction pile for foundation :--- The under reamed bored compaction
pile shall be used for foundation. The accompanying drawing and schedule of quantities have been prepared accordingly. The contractor is advised to go through the sub-soil investigation report kept in the office of Executive engineer for reference purpose. The information provided in the sub-soil investigation report is for the guidance and indicative only. The contractor shall assess all other necessary information at his own cost.

19.2 Length --- The average basic length of the pile mentioned in the drawing is tentative. The final length
of the pile shall be decided by the contractor with the approval of the Engineer- in charge on the basis of the resistance actually observed during initial load test at site. It will be the responsibility of the contractor to ensure by subsequent routine load tests that the installed length of piles is able to carry the specified safe load and the resulting deflections shall be within permissible limits as specified in IS : 2911 Part IV . In case of failure of any pile in routine load test the additional cost on account of remedial measures including the consultants fees for suggesting remedial measures shall be borne by the contractor and no claim shall be entertained on this account. The pile length shall be measured from bottom of pile cap to the tip of the pile or design length as per the drawing whichever is less.

19.3 Routine Test--- Test load be equal to 1.5 times the estimate capacity of pile determined as per above
clause. Interpretation of results shall be done as per clause 6.15 of IS :2911(Part-IV)-1985 .The test shall be
83

carried out not earlier than 28 days after concreting of the pile unless specifically permitted otherwise by the Engineer- in Charge.

19.4 Pile Integrity Test--- The top of the pile shall be made accessible, chipped off up to hard concrete,
leveled by trimming it back as far as practicable. The reinforcement bars of the pile to be tested shall be bent sideways. The test shall be performed after removal of bad/weak concrete at top so that the wave propagation is steady through hard concrete. The test shall be carried out at least 15 days after concreting of the piles. The test shall be carried out at minimum of three locations on each pile in such a way the entire cross section of the pile is evenly covered. A specialist approved agency shall be employed for the test and the test shall generally be as per recommendations of the agency, unless directed otherwise by the Engineer- in-charge. 19.5 Concrete---(1) Only O.P.C. cement of grade 43 is to be used for design mix concrete and shall conform to IS 8112, or IS 12330. However, if the contractor uses higher grade of cement nothing extra shall be paid. (2) R.M.C. is allowed but no Fly ash content is allowed as replacement of Cement in pile work. (3) R.M.C. supplied should conform to approved design mix using 428 kg of cement per cum of concrete. (4) R.M.C. should conform to specifications and conditions specified in specification para 2 of R.M.C. including Transportation of concrete under para 3 , pumping & placing in position as in para 4 respectively.

19.6 Scope of Work :---The scope of work in the item of the pile work includes: (a) All initial layout of piles after site clearance by dismantled existing structures if any as per instructions of Engineer- in Charge and setting out of piles using total station survey including initial excavation(if any). (b) Boring through all type of soils , existing road/pavement removal of all obstruction like boulders etc. by chiseling or any other method as approved by the Engineer-in -Charge. If a bore is abandoned for any other reasons no payment shall be made for such incomplete boring and shifting of the equipments. (c) Providing, Preparation, Circulation and handling of bentonite slurry including cleaning of bore bottom after completion of boring. (d) Stacking of usable earth coming out of boring or any other activity(which can be used as random fill) at location as directed by the Engineer-in- Charge. (e) Disposals of all spoils , bentonite waste , dismantled materials, surplus unusable earth for all leads and lifts and keep the work neat and tidy during the work and thereafter as per direction by Engineerin- Charge. (f) Providing and Mixing all ingredients of cement concrete including admixture if required ,with weight batching plant .transportation , placement of concrete by termie pipe for the required lengths of the pile including pile heads at all locations. (g) Placement of reinforcement cage including cost of welding of bars, etc. with over blocks of approved quality and thickness to maintain the cage in its designed shape and spacing of bars as per direction by Engineer- in- Charge. (h) Breaking of pile head poisonous concrete up to 750 mm minimum depth (manual chipping) after a minimum of 3 days and to remove and dispose spoiled concrete to bring the pile head to the cut off level including cleaning and arranging the exposed reinforcement bars as par drawings. (i) Working for all leads, lifts, pumping/bailing out of water ,labour, material and equipments, etc. (j) Mobilizing to site, installation at different locations transferring/dismantling ,shifting reinstalling and removal from site of the piling rigs and / or other equipments and all accessories are including working platforms from site. (k) Identification, protection and maintenance of existing services ,if any , which in the opinion of Engineer- in-Charge are likely to be affected by piling activity or any related activity including temporary shifting of such services to, labour, material and testing equipment and works required to execute and complete the job.
84

(l) Filling up facilitate construction of piling job shall also have to be done. No extra cost will be admissible for the same. (m) Safety measures including barricading around the bore hole during and after boring. (n) All incidentals to the abandoned empty bore with M 15 cement concrete. (o) The quoted rate will be applicable for all length of piles.

19.7Measurements----- The average length of piles is estimate to be approx. 10 m. This shall be taken as
guidance only and there will be no change in the rate of pile in case of increase or decrease of the pile length. Length of pile shall be measured from cut off level to the founding level/tip of the pile correct to 1 cm. The reinforcement shall be measured and paid for separately under relevant item of reinforcement.

85

86 Schedule of Quantities Name of work: Construction of Academic Block No. 2 for Indian Institute of Science Education & Research at Mohali (Pb.) Item No. Description of Item Quantity Unit Rate in words and figures Amount

SH: Earth Work

1.01

Earth work in surface excavation not exceeding 30 cm in depth but exceeding 1.5 m in width as well as 10 sqm on plan including disposal of excavated earth upto 50 m and lift upto 1.5 m, disposed soil to be leveled and neatly dressed : All kinds of soil Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil. Excavating trenches of required width for pipes, cables etc. complete including excavation for sockets, and dressing of sides, ramming of bottoms, depth up to 1.5m including getting out the excavated soil and then returning the soil as required, in layers not exceeding 20cm in depth including consolidating each deposited layer by ramming watering etc. and disposing of surplus excavated soil as directed within a lead of 50m. All kinds of soil pipes, cables etc exceeding 80mm dia but not exceeding 300mm dia. 665 metre 1000 100 sqm

a) 1.02

a) 1.03

1883

cum

i) a)

1.04

Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m.

3741

cum

87 1.05 Supplying and filling in plinth with fine sand under floors including, watering, ramming consolidating and dressing complete. Supplying and stacking of good earth at site including royalty and carriage up to 1 km (earth measured in stacks will be reduced by 20% for payment). 836 cum

1.06

627

cum

SH: Concrete Work 2.01 Providing and laying in position cement concrete of specified grade excluding the cost of cantering and shuttering - All work up to plinth level : 1:4:8 (1 cement :4 coarse sand : 8 graded stone aggregate 40 mm nominal size) 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5mm nominal size). Extra for providing and mixing water proofing material in cement concrete work @ 1 kg per 50kg of cement. 425 cum

a)

b)

360

cum

2.02

1028

sqm

2.03

231

per 50 kg cement

2.04

Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75mm bed by dry brick ballast 40mm nominal size well rammed and consolidated and grouted with fine sand including finishing the top smooth.

399

sqm

SH: Reinforced Cement Concrete

3.01

Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts, etc. up to floor five level excluding cost of cantering, shuttering, finishing and reinforcement.

88 a) 1:1.5:3 (1 Cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm nominal size) Centering and shuttering including strutting, propping etc. and removal of form for : Foundations, footings, bases columns, etc. for mass concrete. of 4100 sqm 100 cum

3.02

a)

b)

Walls (any thickness) including attached pilasters, buttresses, plinth and string courses etc.

1329

sqm

c)

Suspended floors, roofs, landings, balconies and access platform.

18045

sqm

d)

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

10029

sqm

e)

Columns, Pillars, Posts and Struts.

Piers,

Abutments,

7230

sqm

f)

Stairs, (excluding spiral-staircases.

landings)

except

499

sqm

3.03

Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. Thermo-Mechanically Treated bars. 1783040 kg

a)

3.04

Edge Repairing & Cleaning of Expansion Joints: Cleaning of joints: Remove all the loose and crumbling concrete from the edge using chisel / wire brush / sledgehammer. use blower to remove dust particles to get a raw concrete surface. Edge Repairing: Repair edges with new micro concrete after applying epoxy binder to cleaned uneven surfaces. the repaired area shall be constantly covered & kept wet to

180

metre

89 ensure concrete dries slowly and does not crack.

3.05

Fixing of Backer Rod in expansion joints: Fix Backer Rod (width of expansion joint + 5mm) at a depth of 17mm down from surface to take care of uneven concrete surfaces, to ensure self holding strength and to fill the joint completely. Application of 3M PU Sealant 540 OR Equivalent in Expansion joints: Primer Coat Clean the joint once again using a nylon brush. apply 3m pu primer / pu silane primer or equivalent. - Application After the primer is applied & the surface becomes dry, pu sealant is applied as per the following process with applicator gun keeping the sealant 2mm down. the filled joint shall be covered to allow curing as required. cured sealant is finished to shape mechanically with razor knife, piano wire, sanding or 3m scotch-brite or equivalent. modeling adhesive and stripe removal disc: a) 50 mm wide expansion joint as shown in drg no: 1004 / AL / 1040 / RO; dated 25.02.2011

717

metre

3.06

717

metre

3.07

Fixing of Protective Plates for Expansion joints:-- A PVC sheet 150mm wide with a 25mm x 4mm protruding in the centre and 62mm x 2mm on either side will then be fixed with help of 3m scotch grip 1200 or equivelent rubber adhesive to cover the joint. the same shall be covered with an aluminium cover plate150mm wide x 2mm thick which shall be fixed with help of special fischer concrete screws.(expansion joint as shown in drg no: 1004/AL/1040/RO; datted 25.02.2011)

204

metre

90 3.08 Providing and laying in position ready mixed concrete manufactured in fully automatic batching plant and transported to site of work in transit mixer for a lead up to 10kms having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work including pumping of R.M.C. from transit mixer to site of laying , excluding the cost of centering, shuttering finishing and reinforcement including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in charge. M-25 grade Reinforced cement concrete by using 380kg of cement per cum of concrete. All work up to plinth level Providing and laying in position ready mixed concrete manufactured in fully automatic batching plant and transported to site of work in transit mixer for a lead up to 10kms having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work including pumping of R.M.C. from transit mixer to site of laying , excluding the cost of centering, shuttering finishing and reinforcement including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in charge. M-25 grade Reinforced cement concrete by using 380kg of cement per cum of concrete. Above plinth level up to floor V level 4725 cum

a) 3.09

1708

cum

a)

3.10

Extra for R.C.C./ B.M.C / R.M.C. work above floor V level for each four floors or part thereof. Deduct for using less cement than the quantity as provided in the item of batch mix concrete / RMC as arrived as per mix design.

1155

cum

3.11

7076.3

quintal

91 3.12 Extra for shuttering made out of shuttering ply 12mm thick, kail wood sections, hard wood beading to obtain grooves and round headed bolts to obtain depressions and as per drg. No. 1000/AL/1032/R0 & 1000/AL/1033/R0 dated 15.01.10. for obtaining untouched, unplastered form finished exposed RCC work as defined in elevations as per drg. no. 1004/AL/1008/R0 & 1004/AL/1009/R0 dated 25.02.11. The finished work shall be covered / camaflouged constantly with pvc drapes as per note no. 10 in drg. no. 1004/AL/1015/R0 dated 25.02.11 Extra for using fly ash in Ready Mix Concrete (RMC). 4315 sqm

3.13

707630

kg

SH: Brick Work 4.01 Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand) Extra for brick work in superstructure above floor V level for each four floors or part thereof by mechanical means by lifting material using mobile crane . Half brick masonry with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level. Cement mortar 1:4 (1 cement :4 coarse sand) Extra for half brick masonry in superstructure, above floor V level for every four floors or part thereof by mechanical means by lifting material using mobile crane. Extra for providing and placing in position 2 Nos. 6mm dia. M.S. bars at every third course of half brick masonry (with F.P.S. bricks). 3687 sqm 1206 cum

a)

4.02

618

cum

4.03

a)

4.04

712

sqm

4.05

4399

sqm

92 4.06 Brick work with machine moulded F.P.S. bricks of class designation 125 in exposed brick work including making horizontal and vertical grooves 10mm wide 12mm deep complete from plinth level & up to floor V level in cement mortar 1:6 (1 cement : 6 coarse sand). (Exposed brick work shall be untouched and protected from droppings) Marble Work Extra for providing edge moulding to 19mm thick marble stone/ Kota stone counters, Vanities etc. including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in-Charge. Marble/ Kota stone work Wood and PVC Work Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position Kiln seasoned and chemically treated Hollock wood Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters : 30 mm thick including ISI marked Stainless Steel butt hinges with necessary screws. Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of shutters (over all area of door shutter to be measured) . Extra for cutting rebate in flush door shutters (Total area of the shutter to be measured). 479 sqm 3.16 cum 3025 metre 1302 cum

SubHead: 5.01

a) SubHead: 6.01

a)

6.02

a)

6.03

479

sqm

6.04

178

sqm of door area

93 6.05 Providing and fixing double action Hydraulic floor spring of EBCO brand, design catalogue no DFS-250 or equivalent with SS-304 finish for maximum door weight 250 kg with adjustable speed value both side opening having 90 (degree) for doors including cost of cutting floors as required, embedding in floors etc. complete as per direction of Engineer-InCharge. Providing and fixing IS : 3564 marked aluminium extruded section body tubular type universal hydraulic door closer having brand logo with ISI embossed on the plate, door weight 36kgs to 80 kgs and door width from 701mm to 1000mm with double speed adjustment with necessary accessories and screws etc. complete. Providing and fixing bright finished brass 100 mm mortice latch and lock ISI marked with six levers and a pair of anodised (anodic coating not less than grade AC 10 as per IS: 1868) aluminium lever handles with necessary screws etc complete (Best make of approved quality). Providing and fixing ISI marked aluminium butt hinges anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete: 125x75x4 mm Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with nuts and screws etc. complete : 300x16 mm 277 each 1593 each 62 each

6.06

531

each

6.07

274

each

6.08

a) 6.09

a)

b)

250x16 mm

188

each

94 6.10 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade with necessary screws etc. complete : 300x10 mm 250x10 mm 150x10 mm Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete : 125 mm Providing and fixing aluminium casement stays ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade with necessary screws etc. complete. Providing & fixing Prefabricated 600x600x25mm optra acoustical wall panels from Armstrong/ anutone or equivalent consisting of glass fibre acoustical inner core covered with special fire resistant fibre fixed on wall with 4 metal imppalers per panel . The sill level of acoustical paneling shall be at 750 mm & lintel level at 2550. The wall panel thus created shall have hard wood painted beading of 50x37 mm size all around i/c painting complete as per direction of Engineer-In-Charge. Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/ neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-incharge . (Cost of aluminium snap beading shall be paid in basic item): With pin headed glass panes of 5.0 mm thickness 1274 1024 each each 554 788 1978 each each each

a) b) c) 6.11

a) 6.12

6.13

68

sqm

6.14

70

sqm

95 6.15 Providing and fixing glazing in aluminum doors, window, ventilator shutters and partitions etc. with PVC/neoprene gasket etc. complete as per architectural drawings and direction of Engineer-in Charge. (cost of aluminum snap beading shall be paid for separately) with float glass panes of 5 mm thickness high performance clear float glass of approved colour with U- value of 3.72 W/M2K shall be used on all peripheral windows and peripheral glazed doors. Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/ neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-incharge . (Cost of aluminium snap beading shall be paid in basic item): With float glass panes of 12.0 mm thickness Providing and fixing in windows friction hinges code no FRS 20 in electro polished finish of EBCO or equivalent including all necessary screws complete as per direction of Engineer-in Charge Providing and fixing in windows friction hinges code no FRS 16 in electro polished finish of EBCO or equivalent including all necessary screws complete as per direction of Engineer-in Charge Providing and fixing Window handle MAZAK plated code no - MWH 9, in Electro-polished finish of EBCO or equivalent including all necessary screws complete as per direction of Engineer-in Charge Providing and fixing 50cm long aluminium kicking plate 100x3.15 mm anodised (anodic coating not less than grade AC 10 as per IS :1868) transparent or dyed to required colour or shade with necessary screws etc. complete. 1052 sqm

6.16

sqm

6.17

1978

each

6.18

60

each

6.19

989

each

6.20

184

each

96 6.21 Providing and fixing 12mm thick commercial ply IS marked BW P grade conforming to ISI 303 / 710 of make Century, Sonear, green ply or equivalent in cub board shutters and partition frames complete as per architectural drawings and directions of engineer-incharge. 12mm thick commercial ply Providing and fixing decorative high pressure laminated sheet of plain/wood grain in gloss/matt/sued finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS:2046 Type S including cost of adhesive of approved quality 1.0 mm thick 1289 sqm 331 sqm

a)

6.22

a)

6.23

Providing and fixing wooden teak moulded beading to door and window frames with iron screws, plugs and priming coat on unexposed surface etc complete: a) 38x12 mm

897

metre

6.24

Providing and fixing 25 mm fibre glass wool glass of density 24 kg/cum of approved make and quality. Providing and fixing 12mm thick prelaminated particle board flat pressed three layer or graded wood particle board conforming to IS 12823 grade I type II, in paneling fixed in aluminium doors, windows, partition frames with CP brass/SS screws etc. complete as per architectural drawings and direction of Engineer-in-Charge Prelaminated particle board with decorative lamination on one side and balancing lamination on other side

166

sqm

6.25

a)

76

sqm

6.26

Providing and fixing stainless steel butt hinges with stainless steel screws etc. complete 100X58X1.90mm 588 each

a)

6.27

Extra for providing toughening of glass

97 a) 5mm thick 1052 sqm

b)

12mm thick

sqm

6.28

Providing and fixing Sun Control film of approved quality and pattern on glass panes including cleaning glass panes, pressing against the glass panes for removing air bubbles, finishing and cutting to required shape and size, complete as per direction of Engineer-inCharge Black out series equivalent make of Garware or 84 Sqm

a)

6.29

Providing and fixing bottom patch with lock of EBCO design Category No: DPF - 401 SSS or equivalent. Providing and fixing top patch with lock of EBCO design Category No: DPF 402 SSS or equivalent.

each

6.30

each

6.31

Providing and fixing Push plates made out of 2 mm thick SS - 304 or above grade natural satin finish of size 200 X 200 mm with round edges stuck on both shutters through adhesive of make KITCH or equivalent. Providing and fixing pull handle pair 250 mm size & design to match with mortice handle made of SS in natural matt SS finish fixed on both inside and outside of shutter of design DOORSET category No: NERO NE 10 PSS or equivalent.. Providing and fixing tower bolt 200 mm size in satin SS finish half round design of DOORSET category no TBR 810 SS or equivalent.

each

6.32

164

pair

6.33

196

each

98 6.34 Providing and fixing hinges with ball bearing for each shutter of size 125 mm high sheet thickness 2.5 mm made of SS - 304 in SS finish of design Category No: ZIPCO/ AKS / DORMA design ZIPCO Category No: 41 / DH4 or equivalent. Providing and fixing Door closer easy and accurate two valves door opening speed adjustment (Closing and latching speed) in pressure die cast body of aluminium alloy, angle of opening upto 180: weight capacity for aluminium door 40 kg of DOORSET make of design category No: DC 40 for aluminium doors. weight capacity for wooden door 60 kg of DOORSET make of design category No: DC 60 for wooden doors. 120 each 2020 each

6.35

a)

b)

120

each

6.36

Providing and fixing mortice handle 200 mm made of SS 304 in natural matt SS finish with one side key, cylinder 60 mm lockable from outside design Cat No ATINA HL SS of Doorset make or equivalent. Providing and fixing door mortice handle without any cylinder made of SS matt finish of DOORSET Category No: ATINA - ML SC or equivalent. Providing and fixing door stopper half dome with 45 mm dia. of DORMA make or equivalent. Providing and fixing a pair of sliding window latch powder coated to match the colour of the frame of EBCO make category no SWL-1 or equivalent make

348

each

6.37

40

each

6.38

76

each

6.39

40

pair

6.40

Providing and fixing Roller of design matching to the window of make TPI or equivalent as per direction of EngineerIn-Charge.

104

each

99 6.41 Providing for bottom patch PT 10 of make DORMA according to DIN EN 1154 or equivalent. Providing for top patch PT 20 of make DORMA according to DIN EN 1154 or equivalent. 2 each

6.42

each

6.43

Providing for top pivot PT 24 of make DORMA or equivalent.

each

6.44

Providing for corner lock US 10 of make DORMA or equivalent.

each

6.45

Providing for floor spring of BTS 80 of make DORMA or equivalent.

each

6.46

Providing DORMA TGDI-H-1000 or equivalent pull satin finish SS handle 1000x38 mm long including all screws etc complete as per direction of Engineer-in-Charge Providing for corner connector PT 91 of make DORMA according to DIN EN 1154 or equivalent. Providing for Central connector PT 90 of make DORMA according to DIN EN 1154 or equivalent. Providing for Side connector PT 92 of make DORMA according to DIN EN 1154 or equivalent. Providing & fixing plane tongued glass 12 mm thick with edge polishing and making of cutouts for fittings including all fixing required patch fittings, fixing of handle, lock, floor spring all complete as per direction-in-charge. Providing & fixing aluminium handles powder coated to match the aluminium window of design EBCO CAT No: AWH D1 or equivalent make.

each

6.47

each

6.48

each

6.49

each

6.50

15

sqm

6.51

60

each

100 SH: Steel Work 7.01 Structural Steel work in single section fixed with or without connecting plate including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works. Providing and fixing hand rail of approved size by welding etc. to steel ladder railing, balcony railing and staircase railing including applying a priming coat of approved steel primer. G.I. pipes. 2492 kg 3369 kg 1691 kg

7.02

a)

7.03

a)

7.04

Providing and installing balustrade & handrail system of approved make, modular (weld free) system, 50.8mm dia x 1.6 mm thick handrail fixed to balustrade of 50 mm dia x1.6mm thick with top adapter (neck) type by M4x 10 mm Allen CSK screws. 3 nos of 16 dia X 1.2 mm thick SS Mid rail fixed to the balustrade with offset rod holder with Advel M8 insert. The balustrade is fixed on the tread of stair case with round base plate by 3 nos of anchor fasteners. The balustrade center to center distance at 900 to 1000mm and height from FFL to top of hand rail is maximum 1000mm, complete with all end cap, elbows. All the material stainless steel shall be of SS 304 grade and above with satin finish.(Drg No. 1004 / AL / 1031 to 37 / RO) Steel work in built up tubular trusses including cutting, hoisting fixing in position and applying a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete Hot finished sections tubes/square hollow

369

metre

7.05

a)

11000

Kgs

101 7.06 Providing & Fixing pressed steel door frames of approved manufacturer made from 18 gauge GPSP (Galvanized Poly coat Single skin Passed) sheets, duly powder coated finish (60 miu - 80 miu) including hinges jambs, lock jamb, bead and required angle threshold of mild steel angle, or base tie of 1.25 mm sheet steel welded or rigidly fixed together by mechanical means, adjustable lugs with split end tail to each jamb including steel butt hinges 2.5 mm thick with mortar guard, lock strike, plate and shock absorbers as specified and as desired by the Engineer-In-Charge. 177.24 metre

SH: Flooring 8.01 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete. 40mm thick with 20mm nominal size stone aggregate. Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : 19 mm thick vertical machine cut hand beveled kota stone of size (550x550x19mm). Kota stone semi machine polished vertical machine cut & hand beveled kota stone slabs 19 mm thick in risers of steps, skirting of staircase etc of full length up to 1.20 m to 1.8 m laid on 12 mm (average) thick cement mortar 1:3 (1 cement : 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. Extra for pre finished nosing in treads of steps of Kota stone/ sand stone slab. 6150 sqm 114 sqm

a)

8.02

a)

8.03

908

sqm

8.04

3025

metre

102 8.05 Kota stone slab over parapet top of 19 mm thick average thickness Kota stones machine cut semi polished hand beveled of sizes 1000 x 175 x 19mm & 1000 x 360 x 19mm laid over and jointed with grey cement slurry mixed with pigment to match the shade of kota stone including rubbing and machine polishing complete with base of cement mortar 1 : 4 ( 1 cement : 4 Coarse sand ) in all works. 216 sqm

8.06

Providing and fixing 1st quality ceramic tiles of sizes 300 X 450 mm of approved manufacture for walls dado make in all colours, in dados, skirting, risers of staircase, laid on a bed of 12 mm thick 1:3 (1 Cement : 3 Coarse sand) mortar base including jointing with white cement slurry mixed with pigment to match the shade of tiles as per approved sample and shade, complete with cost of all material, labour, T & P complete.

5174

sqm

8.07

Providing and laying Ist quality matt finished Ceramic glazed floor tiles 300x300 mm Group V series of NITCO or equivalent conforming to IS : 15622 of approved make in all colours laid on bed of 20 mm thick bed of Cement Mortar 1:4 (1 Cement : 4 Coarse sand) including jointing with white cement slurry of tiles as per approved sample and shade complete with cost of all materials, labour & T & P complete.

414

sqm

8.08

Providing and fixing 1st quality glazed matt finish rectified vitrified tiles of 600 X 600 X 10 mm thick of approved manufacture conforming to IS : 15622 specifications or of other standard company equivalent to this, laid on a bed of 12 mm thick 1:3 (1 Cement : 3 coarse sand) mortar base including jointing with white cement slurry mixed with pigment to match the shade of tiles as per approved sample and shade, complete with cost of all material, labour, T & P complete.

7940

sqm

103 8.09 20 x 20 mm 1st quality glass mosaic tiles of approved colour of Coral or equivalent (consisting of 70% A series 20% B series and 5% C series) fixed over 12mm mortar with tile adhesive. All joints of tiles to be filled with joint filler. Glass mosaic tiles shall be fixed on floor & inside wall of the reflective pool as per drg. no. 1004/AL/1011/R0 dt. 25/02/11 and as per direction of Engineer-In-Charge complete. 117.00 Sqm

SH: Roofing 9.01 Providing and fixing on wall face unplasticised rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion (i) Single socketed pipes. 110 mm diameter 576.85 metre

a)

b) 9.02

160 mm diameter Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. Bend 87.5 110 mm bend

1134.95

metre

i) a)

12

each

b)

160 mm bend

32

each

ii) a)

Shoe (Plain) 110 mm Shoe 12 each

b)

160mm shoe

32

each

104 9.03 Providing and fixing unplasticised -PVC pipe clips of approved design to unplasticised - PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete. 110 mm 12 each

a)

b)

160 mm

40

each

9.04

Exposed grid ceiling comprises of precoated steel angle of size 24x24mm, fixed to the brick wall/ partition at the perimeter of the ceiling by nylon sleeves and wood screws at 450 mm centers. Main T with pre-coated steel at the bottom, and H notches at 300mm centers, interlocking notches at both end, of size 24 x38 x3600mm is suspended from the soffit at 1200 mm centers with the help of metal rawl plug, soffit cleat and a level clip with 4mm dia. G.I. wire. Cross T of size 24x 38 x1200mm with bottom precoated steel and H notch in the centre and interlocking notches at both the ends, is to be inserted fixed to the Main T at 600mm centers to form a grid of 600x1200mm. Another cross T of size 24x38 x 600mm with inter locking notches at both ends is inserted fixed to the centre notch of above cross T to form a grid of size 600x600mm. G.I. exposed Grid of grid size 600mm x 600mm with main runner, cross tee & wall angle. Using 6 mm thick (High Pressure Steam Cured) Calcium Silicate Boards Hilux provided by Ramco Industries Limited to be placed in Exposed-Grid of G.I. system Providing & Fixing of multicell polycarbonate panel system consisting of specifications mentioned below: - 1000mm wide panels with multicell structure i.e. with 3 cells and 4 walls. -vertical standing seam along the width at both sides of the panel.

128.000

sqm

9.05

105

Snap-on polycarbonate connector to interlock the panels screwed (through s.t. screw) appropriately to purlins / truss through aluminium cleat . -Concealed retention clips with both sides uphold. -polycarbonate end-cap and aluminium u-profile for ends. Apart from above, multicell polycarbonate system shall confirm the following production standards: thickness: 10mm, colour: opal ,standard length: 11800mm Width: 1000mm Technical Features: Solar factor: 45% , Light Transmission: 40% , Thermal conductivity:2.4 w/m2k UV Rays Protection: 2 sides coextrusion The polycorbonate sheets shall be resting on the following system of trusses (12 nos.) & purlins (1000 mm c/c both ways) each truss & purlin shall consist of the following mild steel. sections with finishing of polyurethane metal coat. 1. Truss - 100 x 100 x 6G m.s. hollow sections 2. Purlins - 50 x 50 x 8G m.s. hollow sections The entire system shall confirm to drg. no. 1004/AL/1054/R0 & 1004/AL/1055/R0 dt. 25/02/11. The contractor shall got approved the shop drawings from BSNL/IISER. (The MS sections shall be paid for separately).

a)

581

sqm

9.06

Providing & fixing of Glass Fiber Acoustical Suspended ceiling System Ecophon Advantage E (MICROLOOK) Edge Tiles with prime 15 mm exposed grid. The tiles should have humidity resistance (RH) of 95%, NRC 0.85, Light Reflectance 0.83% with fire resistance in module size of 600 X 600 X 15 mm.

696

sqm

106 The grid should be of company's make as per approved make with prime 15 mm wide T sections i.e., the main runner 3600 mm, 1200 mm & 600 mm cross tees. To comprise main runner spaced at 1200 mm centers securely fixed to the structural soffit using suspension system at 1200 mm maximum centre. First / Last suspension system at the end of each main runner should not be greater than 450 mm from the adjacent well. Flush fitting 1200 long cross tees to be interlocked between main runners at 600 mm centre to form 1200 X 600 mm module. Cut cross tees longer than 600 mm require independent support. 600 X 600 mm module to be formed by fitting 600 mm long flush fitting cross tees centrally between the 1200 mm cross tee. Perimeter trim to be wall angles of size 3000 X 22 X 22 mm, secured to walls at 450 mm maximum centers and as per the drawing and the work complete in all respects to the satisfaction of EngineerIn-Charge. SH: Finishing 10.01 a) 12 mm cement plaster of mix : 1:6 (1 cement : 6 fine sand) 12490 sqm

10.02

15 mm cement plaster on the rough side of single or half brick wall of mix : 1:6 (1 cement : 6 fine sand) 29268 sqm

a)

10.03

12 mm cement plaster finished with a floating coat of neat cement of mix : 1:4 (1 cement : 4 fine sand) 186 sqm

a)

10.04 a)

6 mm cement plaster of mix : 1:3 (1 cement : 3 fine sand) 1523 sqm

10.05

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade:

107 a) New work (two or more coats) over and including priming coat with cement primer Finishing walls with water proofing cement paint of required shade : New work (Two or more coats applied @ 3.84 kg/10 sqm). 1524 sqm 30463 sqm

10.06

a)

10.07

Finishing walls with Deluxe Multi surface paint system for interiors and exteriors using Primer as per manufacturers specifications : Two or more coats applied @ 1.25 ltr/10 sqm. over and including one coat of Special primer applied @ 0.75 ltr / 10 sqm. Painting wood work with Deluxe Multi Surface Paint of required shade. Two or more coat applied @0.90 ltr/10 sqm over an under coat of primer applied @0.75 ltr/ 10 sqm of approved brand or manufacture Providing and applying two coats of cement based readymade wall putty (Birla care / JK white) including preparing the surface smooth by sand papering etc. as per directions of Engineer-in-Charge. The consumption of wall putty shall not be less than 5 kg. for 10 sqm. for both the coats. The putty shall be prepared strictly as per detailed manufacturer's specifications and applying after cleaning the surface thoroughly. Required curing should be done before application of first coat and also subsequent coat. The wall surface so prepared after application of both the coats of putty shall be rubbed with Amery paper 320 Nos. to make it smooth surface suitable for any type of painting. The rates includes all the operations including required scaffolding etc. all complete. Spray painting with synthetic enamel paint of approved brand over steel chowkhats /wooden doors/steel windows etc. even shade 3876 sqm

a)

10.08

322

sqm

10.09

34339

sqm

10.10

108 a) a)Two or more coats on new work 700 sqm

SH: Sanitary Installations 11.01 Providing and fixing white vitreous china pedestal type water closet (European type WC pan) with seat and lid, 10 litre low level white PVC flushing cistern with manually controlled device (handle lever) conforming to IS 7231, with all fittings and fixtures complete including cutting and making good the walls and floor wherever required. W.C. pan with ISI marked black solid plastic seat and lid 59 each

a)

11.02

Providing and fixing stainless steel jet washer / spray, of CHILLY make or equivalent, in EWC and anglo Indian WC including all necessary screws etc complete as per direction of Engineer-InCharge. Providing and fixing 32mm dia C.P. brass bottle trap of approved make like Jaquar ( Continental CHR # 769 ) or equivalent all complete as per the directions of Engineer-in-Charge. 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: Range of two urinal basins with 5 litre white P.V.C. automatic flushing cistern.

59

each

11.03

120

each

11.04

a)

each

b)

Range of three urinal basins with 10litre white P.V.C. automatic flushing cistern.

each

109 11.05 Deduct for not Providing white PVC automatic flushing cisterns .

a)

Range of two urinal basins with 5 litre white P.V.C. automatic flushing cistern.

each

b)

Range of three urinal basins with 10 litre white P.V.C. automatic flushing cistern. Extra for providing Automatic Flushing Cistern-angular stop cock for urinals flushing with auto closing system as per Jaquar category No: 077 or equivalent make. i)15mm nominal bore

each

11.06

12

each

11.07

a)

Providing and fixing wash basin with C.I. brackets painted white, , 15 mm C.P. brass pillar taps of continental series of Jaquar make CON- 021 or equivalent, C.P. brass chain with rubber plug, 32 mm C.P. brass waste of continental series of Jaquar make CON- 709 or equivalent, including cutting and making good the walls wherever require : White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap of continental series of Jaquar make CON- 021 or equivalent. Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS 13983 with C.I. brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting and making good the walls wherever required : Kitchen sink with drain board 510x1040 mm bowl depth 200mm.

92

each

11.08

i) a)

each

110 11.09 Providing and fixing white vitreous china laboratory sink with CI brackets, CP brass chain with rubber plug 40mm CP brass waste and 40mm CP brass trap with necessary CP brass unions complete including painting of fittings and brackets, cutting and making good the wall wherever required Size 450x300x150mm 219 each

a)

11.10

Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. Semi rigid pipe 40 mm dia 1 each

i) a)

11.11

Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete. Providing and fixing soil, waste and vent pipes : 100 mm dia. Centrifugally cast (spun) iron socketed pipe as per IS: 3989.

92

each

11.12

i) a)

340

metre

ii) a)

75 mm diameter : Centrifugally cast (spun) iron socketed pipe as per IS: 3989. Providing and fixing M.S. holder-bat clamps of approved design to sand cast iron/cast iron (spun) pipe embedded in an including cement concrete blocks 10x10x10 com of 1:2:4 mix(1 cement:2 coarse sand: 4 graded stone aggregate 20mm nominal size) including cost of cutting holes and making good the walls. For 100 mm dia. Pipe 89 each 715 metre

11.13

a)

b)

For 75 mm dia. Pipe

228

each

111 11.14 Providing and fixing bend of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete. 100 mm Sand cast iron S&S as per IS - 3989 3 each

i) a)

ii) a)

75 mm Sand cast iron S&S as per IS - 3989 3 each

11.15

Providing and fixing plain bend of required degree. 100 mm Sand cast iron S&S as per IS - 3989 72 each

i) a)

ii) a)

75 mm Sand cast iron S&S as per IS : 3989 25 each

11.16

Providing and fixing single equal plain junction of required degree : 100x100x100 mm Sand cast iron S&S as per IS - 3989 75 each

i) a)

ii) a)

75x75x75 mm Sand cast iron S&S as per IS - 3989 86 each

11.17

Providing and fixing door piece, insertion rubber washer 3mm thick, bolts & nuts complete : 100 mm Sand cast iron S&S as per IS - 3989 14 each

i) a)

ii) a) 11.18

75 mm Sand cast iron S&S as per IS - 3989 Providing and fixing terminal guard: 2 each

112 i) a) 100 mm Sand cast iron S&S as per IS - 3989 9 each

ii) a)

75 mm Sand cast iron S&S as per IS - 3989 22 each

11.19 i) a)

Providing and fixing collar: 100 mm Sand cast iron S&S as per IS - 3989 150 each

ii) a) 11.20

75 mm Sand cast iron S&S as per IS- 3989 Providing lead caulked joints to sand cast iron/ centrifugally cast (spun) iron pipes and fittings of diameter: 100 mm 310 each 260 each

a)

b)

75 mm

650

each

11.21

Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors : 100 mm inlet and 100 mm outlet Sand cast iron S&S as per IS: 3989. 121 each

i) a)

ii) a) 11.22

100 mm inlet and 75 mm outlet Sand cast iron S&S as per IS: 3989. Providing and fixing PTMT liquid soap container 109mm wide, 125mm high and 112mm 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 grams. 121 39 each each

113 11.23 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved quality and colour. 450MM long towel rail with total length of 495mm, 78mm wide and effective height of 88mm, weighing not less than 170gms. Providing & fixing 125mm dia C.P. grating over floor traps complete as per direction of Engineer-In-Charge. 39 each

a)

11.24

121

each

11.25

Providing and fixing white vitreous china ware urinal partition of Parryware or equivalent make of size 625x325x130mm in position with required PVC rawl plugs/dash fasteners including filling of joints with white cement complete in all respect.

20

each

SH: Water Supply 12.01 Providing and fixing G.I. pipes, having thermal stability for hot & cold water supply including all G.I. plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step G.I. solvent cement and testing of joints complete as per direction of Engineer in Charge. (internal work) Exposed on wall 32mm dia nominal outer dia pipes 250 metre

i) a)

b)

40mm dia nominal outer dia pipes

265

metre

c) d)

50mm dia nominal outer dia pipes 80mm dia nominal outer dia pipes

60 400

metre metre

114 12.02 Providing and fixing G.I. pipes, having thermal stability for hot & cold water supply including all G.I. plain & brass threaded fittings i/c fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step G.I. solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge. Concealed work including cutting chases and making good the walls etc. 15mm dia nominal outer dia pipes 510 metre

i)

a)

b)

20mm dia nominal outer dia pipes

235

metre

c)

25mm dia nominal outer dia pipes

285

metre

12.03

i) a)

Providing and fixing G.I. pipes, having thermal stability for hot & cold water supply including all G.I. plain & brass threaded fittings This includes jointing of pipes & fittings with one step G.I. solvent cement, trenching, refilling & testing of joints complete as per direction of Engineer in charge. External work 50 mm nominal 220 metre

12.04

Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) : 25 mm nominal bore 57 each

a)

b)

32 mm nominal bore.

16

each

c) d)

40 mm nominal bore 50 mm nominal bore

16 8

each each

115 e) 80 mm nominal bore 8 each

12.05

Providing and fixing uplasticised PVC connection pipe with brass unions : 45 cm length 15 mm nominal bore 168 each

i) a)

12.06

Providing and fixing CP Shower Rose, of Jaquar continental series CON-477 or equivalent make with shower Arm casted 190 mm long flat shape for wall mounted showers i/c flange etc all complete. Constructing masonry Chamber 60x60x75 cm, inside with 75 class designation brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100mm. top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size ) necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design : With F.P.S. bricks

15

each

12.07

a)

each

12.08

Making connection of GI distribution branch with GI main of size 25 to 65 mm by providing and fixing tee, including cutting and threading the pipe etc. complete.

each

12.09

Providing and fixing CP Brass bib cock of Jaquar continental series CON-037 or equivalent 15 mm nominal bore. 38 each

a)

116 12.10 Providing and fixing CP Brass long body bib cock with wall flange of Jaquar series CON-107or equivalent 15 mm nominal bore 20 each

a)

12.11

Providing and fixing CP Brass Stop cock (concealed) Extra heavy body with adjustable wall flange of Jaquar series CON-083 or equivalent 15 mm nominal bore 16 each

a)

12.12

Providing and fixing CP Brass Stop cock (concealed) Extra heavy body with adjustable wall flange of Jaquar series CON-089 or equivalent 20 mm nominal bore 2 each

a)

12.13

Providing and fixing CP Brass angle valve for basin mixer and geyser points of Jaquar series CON-053 or equivalent 15 mm nominal bore 220 each

a)

Providing & Fixing Shower cum Eye Wash (Hand / Foot Operated) - Both the showers can either be operated simultaneously or singularly as per the requirement & are fitted with pull chain for Body Shower as well as Foot operated for face wash; Model: SSS ESS 1004 A - Make SOLE SAFE or equivalent consisting: a)Pipe of GI (C - Class) heavy grade conforming to IS: 1239; b) Self closing valve of stainless steel; c) Bowl for eyewash of stainless steel 304 grade IC; d) Eye wash nozzle of stainless steel 304 grade IC; e) Shower head of stain lees steel 304 grade IC; f) Foot Padel of MS Galvanized; g) Spring of MS Galvanized; h) Pull chain of MS Galvanized. SH: Drainage

12.14

10

each

117 13.01 Providing, laying and jointing glazed stoneware pipes grade A with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete : 100 mm diameter 5 metre

a)

b)

150 mm diameter

490

metre

c)

200 mm diameter

170

metre

13.02

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design: 100 mm diameter S.W. pipe 5 metre

a)

b)

150 mm diameter S.W. pipe

490

metre

c)

200 mm diameter S.W. pipe

170

metre

13.03

i) a)

Providing and fixing square-mouth S.W. gully trap grade 'A' complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design : 150 x 100 mm size P type. With F.P.S. bricks class designation 75 2 each

118 13.04 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design : Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) : With F.P.S. bricks with class designation 75 47 each

i)

a)

ii)

Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58 kg and weight of frame 58 kg) : With F.P.S. bricks class designation 75 5 each

a)

13.05 i) a)

Extra for depth for manholes Size 90x80 cm With F.P.S. bricks class designation 75 5 metre

ii) a)

Size 120x90 cm With F.P.S. bricks class designation 75 20 metre

119 13.06 Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete : For pipes 100 to 230 mm diameter 3 each

a)

13.07

Constructing brick masonry manhole with 75 class designation F.P.S. bricks in cement mortar 1:4 (1 cement : 4 coarse sand) RCC top slab with 1:2:4 mix (1 cement : 2 coarse sand: 4 graded stone aggregate 20mm nominal size); foundation concrete 1:4:8 mix (1 cement :4 coarse sand: 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement :3 coarse sand) finished with a floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design. a) Inside size 60x60 cm & 90 cm deep including C.I. cover with frame (light duty) total wt. of cover & frame to be not less than 38 Kg (wt. of cover 23 Kg & wt. of frame 15 Kg.

each

SH: Aluminium Work 14.01 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc.

120 Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-incharge. (Glazing and paneling to be paid for separately) : If the sections as per drawing are not available, the same may be fabricated from the market / manufacturer. For fixed portion. Powder coated aluminium (minimum thickness of powder coating 50 micron) 10644 kg

i) a)

ii)

For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of PVC / neoprene gasket required (Fittings shall be paid for separately). Powder coated aluminium (minimum thickness of powder coating 50 micron) 9827 kg

a)

14.02

Supplying and fixing of extruded frame of angle 50 x 50 x 6 and made to panels of size ( 1200x500) , (1020x500), (1200x800), (1020x800) (1200x1000) , (1020x1000) as per requirement , these frames shall contain riveted extruded aluminium blades of thickness 1mm and approximate size at 45 on a 40 mm pitch , powder coated in black colour but without bird wire guard as per drg no 1004/AL/1041/RO, 1004/AL/1042/RO, 1004/AL/1043/RO & 1004/AL/1044/RO; dated 25.02.201.

11000

kg

14.03

Providing and fixing bird wire guard in galvanized steel of size 12 x 12 x dia 1.2mm aperture (diamond shaped) as per drawing and as per direction of Engineer-In-Charge.

392.02

sqm

121 14.04 Extra for providing & fixing aluminium window (Aluminium providing & fixing will be paid in the basic requisite item separately) with glass adjustable louvers with 40 to 50 mm wide glass strips of 5 mm thickness in required u channels etc with proper & smooth functioning as per the drawings & to the satisfaction of Engineer-In-Charge. 3 sqm

14.05

Providing & Fixing SS bearing hinges "DORMA" or equivalent make of size (101 X 75 X 3) mm and as desired by the Engineer-In-Charge.

201

each

SH: Water Proofing 15.01 Providing and laying water proofing treatment to vertical and horizontal surfaces of depressed portions of W.C., kitchen and the like consisting of: i) Ist course of applying cement slurry @ 4.4 Kg/sqm mixed with water proofing compound conforming to IS 2645 in recommended proportions including rounding off junction of vertical and horizontal surface. ii) IInd course of 20mm cement plaster 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound in recommended proportion including rounding off junction of vertical and horizontal surface. iii) IIIrd course of applying blown or residual bitumen applied hot at 1.7 Kg. per sqm of area. iv) IVth course of 400 micron thick PVC sheet. (Overlaps at joints of PVC sheet should be 100 mm wide and pasted to each other with bitumen @ 1.7 Kg/sqm.) 2694 sqm

15.02

Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This layer will be allowed to

410

sqm

122 air cure for 4 hours. b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry. 15.03 Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/sum. of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-incharge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs. c) After two days of proper curing applying a second coat of cement slurry using 2.75kg/ sum of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-incharge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry.

123 a) With average thickness of 150 mm and minimum thickness at khurra as 65 mm. Providing and laying white glazed broken china floor tiles being used over brick coba on terraces shall be out of tiles not less than 25x25 mm. & more than 75x75 mm. 20 mm thick cement mortar 1:4 (1 Cement :4 Coarse sand ) including pointing the joints with white cement and matching pigment etc, complete on roof terracing. 6264 sqm

15.04

6264

sqm

SH: Pile Work 16.01 Boring, Providing and installing cast in situ single under reamed piles of specified diameter and length below pile cap in M 35 cement concrete, to carry a safe working load not less than specified, excluding the cost of steel reinforcement but including the cost of boring with bentonite solution and the length of the pile to be embedded in pile cap etc. all complete. (Length of pile for payment shall be measured upto to the bottom of piles cap): 250 mm Dia Piles (P1) 355.00 metre

a)

b)

300 mm Dia Piles (P5)

2320.00

metre

c)

400 mm Dia Piles (P6)

1240.00

metre

d)

450 mm Dia Piles (P7)

2260.00

metre

e)

500 mm Dia Piles (P8)

2350.00

metre

Executive Engineer(C), BSNL Civil Division, Mohali

124

PART-C SH:_ ELECTRICAL COMPONENT

SCHEDULES
SCHEDULE A Schedule of quantities SCHEDULE B Schedule of materials to be issued to the contractor. S.No. Description of item. Quantity. Rate in figures & words at which the material will be charged to the contractor (4) ---------------------NIL --------------------SCHEDULE C Tools and plants to be hired to the contractor S.NO. DESCRIPTION. NIL SCHEDULE D Extra schedule for specific requirements/ documents for the work, if any. HIRE CHARGES PER DAY PLACE OF ISSUE Place of issue (5)

As per Page No.

(1)

1.

Amendments/ Changes in Clauses of the General Conditions of Contract (C.S 2 and 3) Special Conditions Additional Conditions

2. 3.

4.

List of Approved make

SCHEDULE E

125 Schedule of component of other materials, Labour, POL etc. for price escalation: -

CLAUSE 10 C: NOT APPLICABLE Component of civil (Except materials covered under clause 1 0CA)/ Electrical construction materials expressed as percent of total value of work. Component of labour expressed as percent of total value of work. Component of P.O.L. expressed as percent of total value of work. Xm Nil % Nil % Y Nil % Z Nil %

126

SCHEDULE F
Reference to General Conditions of Contract.

1.1
1.2 1.3 1.4 1.5

Name of Work: Estimated Cost of work: Earnest Money: Performance Guarantee Security Deposit

Construction of Academic Block -2 at I.I.S.E.R, Mohali (SH: Providing Electrical Installation) Rs. 8539002/- (for Electrical Component only) ------5% of tendered value

General Rules & Directions:Officer Inviting Tender: Mohali Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2, 12.3 & 12.5 Executive Engineer (C) , BSNL Civil Division ,

Refer Clause-12

Definitions:2(v) Engineer-In-Charge Division, BSNL, Chandigarh . 2(viii) 2(x) Accepting Authority Percentage on cost of materials and labour to cover all overheads and profits Standard Schedule of Rates Schedule of Rates 2007 (External). Department Standard Contract Form

Executive Engineer (E), Elect. Chief Engineer (C) BSNL, Chandigarh.

10% Schedule of Rates 2007 (Internal). B.S.N.L BSNL W -8 form as modified and corrected upto date. Chief Engineer (Civil) BSNL, Punjab Zone, Chandigarh.

2(xi) 2(xii) 9(ii)

Clause-2:- I. Authority for fixing compensation under clause-2.

127

II. Whether clause-2A shall be applicable. Clause-5:Time allowed for execution of work. Authority to give fair and reasonable extension of time for completion of work. Clause-7:Gross work to be done together with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment Materials covered under this clause Specifications to be followed for execution of work

Yes

Chief Engineer (Civil) BSNL, Punjab zone Chandigarh. Rs. 10.00 Lacs.

Clause 10 Clause-11:-

Nil. C.P.W.D. General Specifications 2005 (Part-I) Internal & 1995 (Part-II) External amended upto date.

Clause-12:12.1.2(ii) 12.1.2(iii) 12.2 & 12.3 Schedule of rates for determining the rates for additional, altered or substituted items that cannot be determined under 12.1.2(i) and (ii). Plus/ minus the % over the rate entered in the schedule of rates. Limit for value of any item of any individual trade beyond which sub clauses (i) to (v) shall not apply and clauses 12.2.& 12.3 shall apply

DSR-2007

50%

Clause-16:- Competent Authority for deciding reduced rates. (Electrical component)

Superintending Engineer (E) BSNL Elect. Circle Chandigarh

128

Clause-36
Discipline S.N Minimum o. Qualification of Technical Representative

Designation (Principal Technical/ Technical Representative Principal Technical Representative

Minimum Experience

Number

Rate at which recovery shall be made from contractor in the event of non deployment. Figures Rs.10000/per month Words Rs. Ten thousand only per month.

1.

Graduate Engineer or Diploma Engineer

Electrical

NIL or 5 YEAR

1 No.

Assistant Engineers retired from Government Services that are holding Diploma will be treated at par with Graduate Engineers

Clause 42 i) (a) ii) a) b) Schedule / statement for determining theoretical quantities of cement. Variation permissible on theoretical quantities Cement for works with estimated costs put to tender more than Rs. 5 lakhs Steel reinforcement and structural steel sections for each diameter, section and category. Delhi Schedule of Rates 2007 2% minus 2% minus

Star prices to be considered for escalation & recoveries Sl.No 1 2(a) 2(b) Material For Cement For Mild steel For Reinforcement Steel /TMT Steel Star Price (Rate in Figures and Words)

2(c) For Galvanized steel (The rate for recovery under clause 42 shall be same as the Star Price).

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN 1]M/S [Name of the firm with full address] Enlistment Status Valid Upto: [Henceforth called the main contractor] And 2]M/S [Name of the firm with full address] Enlistment Status Valid Upto: [Henceforth, called Associated Electrical Contractor or Electrical Contractor]

129

For the execution of Electrical Work Construction Of Academic Block-2 At IISER, Mohali. of an estimated cost of Rs. 85,39,002/- [Electrical Component only] as per schedule, specifications, terms and conditions of the tender. We state that M.O.U between us will be treated as an agreement and has legality as per Indian Contract Act [amended upto date] and the department [BSNL] can enforce all the terms and conditions of the agreement for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement to the extent this MOU allows. Both the parties shall be paid consequent to the execution as per agreement to the extent this MOU permits. In case of any dispute, either of us will go for mediation/arbitration by the Superintending Engineer [E]. Any of us may appeal against the mediation/arbitration to the Chief Engineer [E], BSNL Electrical Zone, Chandigarh. His decision shall be final and binding on both of us. We have agreed as under: 1] The electrical contractor will execute all electrical works in the wholesome manner as per terms and conditions of the agreement. Payment to the associated electrical contractor shall be governed as per relevant clause of NIT. 2] The electrical contractor shall be liable for disciplinary action if he failed to discharge the action[s] and other legal action as per agreement besides forfeiture of the security deposit. 3 All the machinery and equipments, tools and tackles required for execution of the electrical works, as per agreement, shall be the responsibility of the electrical contractor. 4] The site staff required for the electrical work shall be arranged by the electrical contractor as per terms and conditions of the agreement. 5] Site order book maintained for the said work shall be signed by the main contractor as well as by the Engineer of the Associated Contractor and by Associated Contractor himself. 6] All the correspondence regarding execution of the electrical work shall be done by the BSNL with the Associated Contractor with a copy to the main contractor. In case of noncompliance of the provisions of agreement, the main contractor, as well as the associated contractor shall be responsible. The action under clauses 2 and 3 shall be initiated and taken against the main contractor. SIGNATURE OF MAIN CONTRACTOR Date: Place COUNTERSIGNED SIGNATURE OF ASSOCIATED ELECTRICAL CONTRACTOR. Date Place:

EXECUTIVE ENGINEER (Elect.)


BSNL ELECT. DIVISION,CHANDIGARH

130

WILLINGNESS CERTIFICATE
Name of work-

CONSTRUCTION OF ACADEMIC BLOCK -2 AT I.I.S.E.R, MOHALI. (SH:-

PROVIDING ELECTRICAL INSTALLATION) I hereby give my willingness to work as electrical contractor for the above mentioned work. I will execute the work as per specifications and conditions for the agreement and as per direction of the Engineer-in-Charge. Also I will employee full time technically qualified supervisor for the works. I will attend inspection of officers of the department as and when required. Dated:

Signature of the Electrical Contractor

131

SPECIAL CONDITIONS 1.0 All the works shall be carried out as per CPWD General specification for Electrical Works, Part-I (Internal); Part-II (External)- 1995; Part-IV (Sub-Station)-2007, amended up to date and should also comply with relevant provisions of the Indian Electricity Rules and Acts as applicable, amended up to date. The contractor is advised to visit the site of work to have an idea of the execution of the work; failure to do so shall not absolve their responsibility to do the work as specified in agreement. For Electrical component of the work , as contained under PART- C of the document, the Electrical Agency to be associated by the civil (main) contractor, shall be registered contractor of appropriate class of BSNL , eligible to tender for the estimated cost of electrical component of the work . The civil contractor has to associate agency for electrical component confirming to eligibility criteria, as defined above and has to submit details of such agency to Engineer-in-Charge of electrical component within 3 days of issuance of letter of acceptance. Name of the agency to be associated shall be approved by Engineer-in-Charge of electrical component. The lowest tenderer has to submit the MOU/agreement for association of electrical contractor at least 7 days prior to submission performance guarantee. Executive Engineer (Electrical) shall be the Engineer-in-charge as far as electrical works are concerned. Separate schedule F, schedule of quantities, additional conditions and Special Conditions for Electrical Work are appended with this tender. It will be obligatory on the part of the contractor/tenderer to sign the tender documents for all the component parts. The main contractor shall be responsible and liable for proper and complete execution of the Electrical work and ensure coordination and completion of both civil and electrical work. If the main contractor fails to associate agency/agencies for execution of minor components of work within prescribed time or furnishes incomplete details or furnishes details of ineligible agencies even after the tenderer is given due opportunity, the entire scope of such Component of works shall be withdrawn from the tender and the same shall be got executed by the Engineer-in-Charge at the risk and cost of the main contractor. The associate or sub contractor shall attend the inspection of the work by the Engineer-in-Charge of E&M works as and when required Running payment for the civil component shall be made by EE (Civil) to the main contractor. Running payment for electrical components shall be made by the EE (Electrical) in charge of the electrical component directly to the main contractor. In case main contractor fails to make the payment to the contractor associated by him within 15 days of receipt of each running account payment then on the written complaint of contractor associated for such electrical component, EE (Electrical ) in charge of electrical component shall serve the show cause to main contractor and after considering the reply of the same he may make the payment directly to the contractor associated for electrical component as per the terms & conditions of the agreement drawn between main contractor and associate contractor fixed by him, if reply of main contractor either not received or found unsatisfactory. Such payment made to the associate contractor shall be recovered by EE of Civil or Electrical component from the next RA/final bill due to main contractor as the case may be. Final bill of whole work shall be finalized and paid by the EE of civil component. Other EE will prepare and pass the final bill for their component of work and pass on the same to the EE of civil component for including in the final bill for composite work. Same milestones shall be applicable for all components of work. The agencies of minor components will ensure that their components of the work are executed in time without giving any chance for slippage of milestones of the project. The amount to be withheld under Clause 5 of the contract will be decided by the EE of the main discipline only and not by other EEs. In the event of not achieving the necessary milestones as assessed from milestone bar chart, specified percentage of the tendered value of work will be withheld for failure of each

2.0

3.0

4.0

5.0

6.0

7.0

8.0

9.0

132 milestone. However, the programme of electrical works is to be co-ordinated in accordance with the building work so that electrical work is completed within 30 days of the completion of civil work.

10.0 10.1.

Rates: The work shall be treated as on works contract basis and the rates tendered shall be for complete items of work (except the materials, if any, stipulated for supply by the BSNL) inclusive of all taxes (including works contract tax, if any), duties, and levies etc. and all charges for items contingent to the work, such as packing, forwarding, insurance, freight and delivery at site for the materials to be supplied by the contractor, watch and ward of all materials (including those supplied by the BSNL, if any) for the work at site etc. Taxes and Duties: Being an indivisible works contract, Sales Tax, Excise Duty etc. are not payable separately. Salestax/VAT, service tax, purchase tax, turnover tax, entry tax/octroi or any other tax on materials in respect of this contract shall be payable by the Contractor and BSNL will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor The deduction at source of such taxes as per rule shall be made while releasing payment of the running/final bills at the rate as applicable. The department shall issue a certificate of the rate and amount of deductions but such taxes shall not be paid/reimbursed to the contractor by the BSNL separately. No concessional form shall be issued by the BSNL. The road permit etc. shall be arranged by the tenderer on his own without any extra cost.

11.0 11.1.

11.2.

12.0

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

13.0

Completeness of Tender: All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for electrical connections as required, and all other sundry items which are useful and necessary for proper assembly and efficient working of the various components of the work shall be deemed to have been included in the tender, whether such items are specifically mentioned in the tender documents or not. Works to be arranged by the BSNL: Unless and otherwise specified in the tender documents, the following works shall be arranged by the BSNL: (i) Supply of materials to the contractor as stipulated in the tender documents.

14.0

15.0

Works to be done by the contractor: Unless and otherwise mentioned in the tender documents, the following works shall be done by the contractor, and therefore their cost shall be deemed to be included in their tendered cost:(i) Foundations for equipments and components where required, including foundations bolts. (ii) Cutting and making good all damages caused during installation and restoring the same to their original finish. (iii) Sealing of all floor openings provided by him for pipes and cables, from fire safety point of view, after laying of the same. (iv) Painting at site of all exposed metal surfaces of the installation other than pre-painted items like fittings, fans, switchgear/distribution gear items, cubicle switchboard etc. Damages to finished surfaces of these items while handling and erection, shall however be rectified to the satisfaction of the Engineer-in-Charge. (v) Testing and commissioning of completed installation.

133 (vi) 16.0 Storage space for all equipments, components and materials for the work

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

17.0

Electric Power Supply and Water Supply: Power and water supply will be arranged by the contractor at the site for installation purpose. However, for testing purpose after complete installation of the electrical items, electricity supply will be made available free of cost to the contractor. Contractor will take due care to ensure safety of electrical installation during execution of work. Tools for handling and Erecting: All tools and tackles required for handling of equipments and materials at site of work as well as for their assembly and erection and also necessary test instruments shall be the responsibility of the contractor.

18.0

19.0

Payment Terms: Payment shall be made as per the relevant clauses of schedule F forming part of the tender documents.

20.0

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

20.1.

Care of buildings: Care shall be taken by the contractor to avoid damage to the building during execution of his part of the work. He shall be responsible for repairing all damages and restoring the same to their original finish at his cost. He shall also remove, at his costs, all unwanted and waste materials arising out of his work, from the site. Any expenditure incurred by the BSNL in this condition shall be recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be final. Structural Alterations to Buildings: (i) (ii) No structural member in the building shall be damaged/altered, without prior approval from the competent authority through the Engineer-in-charge. Structural provisions like openings, cutouts, if any, provided by the department for the work, shall be used. Where these required modifications, or fresh provisions are required to be made, such contingent works shall be carried out by the contractor at his cost.

21.0

(iii)

(iv)

134 All such openings in floors provided by the department shall be closed by the contractor after installing the cables/conduits/rising mains etc. as the case may be, by any suitable means as approved by the Engineer-in-charge without any extra payment. All chases required in connection with the electrical works shall be provided and filled by the contractor at his own cost to the original architectural finish of the buildings.

22.0

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

23.0

Work in occupied buildings: (i) When work is executed in occupied buildings, there would be minimum of inconvenience to the occupants. The work shall be programmed in consultation with the Engineer-in-charge and the occupying department. If so required, the work may have to be done even before and after the office hours. The contractor shall be responsible to abide by the regulations or restrictions set in regard to entry into, and movement within the premises.

(ii)

(iii)

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

24.0

Drawings: (i) (ii) The work shall be carried out in accordance with the drawings and the tender documents and also in accordance with modification thereto from time to time as approved by the Engineer-in-charge. All wiring diagrams shall be deemed to be Drawings within the meaning of the term as used in Clause 11 of the conditions of contract (BSNL W 7/8). They shall indicate the main switch board, the distribution boards (with circuit numbers controlled by them), the runs of various mains and sub mains and the position of all points with their controls. All circuits shall be indicated and numbered in the wiring diagram and the points shall be given the same number as the circuit to which they are electrically connected. After award of the work, the firm will be required to submit the drawings for the proposed work including layout plan, conduit routes etc. Work will be carried out as per the approved drawings.

(iii) (iv)

25.0 25.1.

Conformity to IE act, IE Rules, and standards: All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of call of tender unless specified otherwise). List of rules of particular importance to electrical installations under these General Specifications is given in Appendix C of CPWD general specifications for electrical works part-1 internal 2005, for reference. General requirements of components: Quality of material: All materials and equipments supplied by the contractor shall be new. They shall be of such design, size and materials as to satisfactorily function under the rated conditions of operation and to withstand the environmental conditions at site. Inspection of materials and equipments:

26.0 26.1.

27.0

135 27.1. Materials and equipments to be used in the work shall be inspected by the departmental officers. Such inspection will be of following categories: (i) (ii) (iii) (iv) 27.2. Inspection of materials / equipments to be witnessed at the Manufacturers premises in accordance with relevant BIS /Agreement Inspection Procedure. To receive materials at site with Manufacturers Test Certificate(s) To inspect materials at the authorized dealers go downs to ensure delivery of genuine materials at site. To receive materials after physical inspection at site.

Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall be ensured by firm. The firm shall ensure that: (i) (ii) (iii) Material will be ordered & delivered at site only with the prior approval of the department to ensure timely delivery. As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising main, other main items etc, its copy shall be endorsed to the Engineer-in-charge. The firm will be required to procure material like electrical fittings & fans, exhaust fans, MCBs & DBs, switches & sockets, wires & cables, conduits and switchgears, rising mains, poles , outdoor fittings etc. directly from the manufacturer/ authorized dealers to ensure genuineness & quality and as per the approved makes only. Proof in this regard shall be submitted by the contractor if required by the department. Inspection at factory or at godown, as required, shall be arranged by the firm for a mutually agreed date. Delivery of material shall be taken up only with the consent of department, after clearance of the material. Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its discretion

(iv) (v) (vi) 27.3.

Similarly, for fabricated equipments, the contractor will first submit dimensional detailed drawings for approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be made to ensure proper use of materials, workmanship and quality control. Ratings of components: All components in a wiring installation shall be of appropriate ratings of voltage, current and frequency, as required at the respective sections of the electrical installations in which they are used. All conductors, switches and accessories shall be of such size as to be capable of carrying the maximum current, which will normally flow through them, without their respective ratings being exceeded. Conformity to standards: All components shall conform to relevant Indian Standard Specifications wherever existing. Materials with ISI certification mark shall be preferred. Relevant Indian Standards including amendments or revisions thereof up to the date of tender acceptance shall be applicable in the respective contracts for respective items, firm to ensure its compliance. Interchangeability: Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses, brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each installation. Workmanship:

28.0 28.1.

28.2.

29.0 29.1.

29.2.

30.0

136 Good workmanship is an essential requirement to be complied with. The entire work of manufacture/fabrication, assembly and installation shall conform to sound engineering practice. 31.2. Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor of appropriate class suitable for execution of the electrical work. He shall engage suitably skilled/licensed workmen of various categories for execution of work supervised by supervisors / Engineer of appropriate qualification and experience to ensure proper execution of work. They will carry out instruction of Engineer-in-charge and other senior officers of the Department during the progress of work. Use of quality materials: Only quality materials of reputed make as specified in the tender will be used in work. Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a factory/workshop having modern facilities like quality fabrication, seven tank process, powder/epoxy paint plant, proper testing facilities, manned by qualified technical personnel. These shall be as per make / item approved. Testing: All tests prescribed in this General Specification, to be done before, during and after installation, shall be carried out, and the test results shall be submitted to the Engineer-in charge in prescribed Performa, forming part of the Completion Certificate. 33.0 Commissioning on completion: After the work is completed, it shall be ensured that the installation is tested and commissioned.

31.3. 31.4.

32.0

34.0 34.1.

Completion plan and completion certificate: For all works completion certificate after completion of work as given in Appendix E of CPWD Specification (Part-1 internal, 2005) shall be submitted to the Engineer-in-charge. Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following, along with three blue print copies of the same shall also be submitted. General layout of the building. (ii) Locations of main switchboard and distribution boards, indicating the circuit numbers controlled by them. (iii) (iv) Position of all points and their controls. Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust fans etc.

34.2. (i)

(v) (vi)

Name of work, job number, tender reference, actual date of completion, names of Division/ Sub-division and name of the firm who executed the work with their signature. In case, the contractor fails to submit the completion plan for electrical works, he shall be liable to pay a sum equivalent to 2.5% of the value of the work subject to ceiling of Rs. 15000/-.

35.0

Guarantee The installation will be handed over to the IISER after necessary testing and commissioning. The installation will be guaranteed against any defective design/workmanship. Similarly, the materials supplied by the contractor will be guaranteed against any manufacturing defect, inferior quality. The guarantee period will be

137 for a period of 12 months from the date of handing over to the IISER. Installation/ equipments or components thereof shall be rectified/ repaired to the satisfaction of the Engineer-in-charge.

INTERNAL AND EXTERNAL EI WORKS Additional Conditions 1. All repairs & patch work shall be neatly carried out to match with the original finish & all damages caused to the building installation during the execution of work shall have to be made good by the contractor immediately at his own cost to the entire satisfaction of Engineer-in-charge. In case contractor fails to comply with the instructions of the Engineer-in-charge, Engineer-in-charge shall be at liberty to get the work done by any other agency and recover such amount as paid to the other agency from the bill(s) of the contractor. Contractor shall have no claim, whatsoever, on the extent of such amount. Wherever ceiling roses are not required to be provided in the light/fan/exhaust fan points, due to site conditions, the contractor shall use suitable three pin connectors for which nothing extra shall be paid. Wiring shall be carried out with FR wires. Copper wire upto 4 sq.mm may be single stranded whereas wires above 4 sq.mm shall be multi-stranded conductor. Termination of multi-stranded conductors shall be done using crimping type thimbles at both the ends. Nothing extra shall be paid for the same. Contractor shall provide polythene/PVC plastic cover for all MDB s/SDB s/DB s to protect them from rust/damages, during execution of work till the work is actually completed and handed over to the department. The loose wire boxes/cable end boxes (adaptor boxes) shall be provided on the various electrical boards to facilitate the termination of the wiring in the various mountings. The boxes shall be of the same make as the DBs as far as possible. Wherever the company made cable end boxes are not available they shall be neatly fabricated with 16 SWG CRCA sheet steel, duly powder coated, dust & vermin proof and the front cover of MS sheet shall be with rubber gasket suitably screwed or with 3mm thick phenolic laminated sheet of Hylam/Formica instead of MS sheet, as desired by the Engineer-in-charge. The length of such boxes shall be same/or more as the width of the electrical switchboard. Such loose wire boxes are deemed included in the scope of the work and no extra payment shall be made for them. All debris/malba resulting due to electrical work shall be removed on daily basis and completion of the work shall only be accepted after the site has been cleaned of all melba. In case, contractor fails to comply, the same shall be got removed by the other agency and the payment so made shall be recovered from the bill(s) of the contractor. The contractor shall have to make arrangements, at his own risk and cost, for transportation of materials from the point of issue of stores to site of work, if any. Makes of all items that are not covered in the schedule of work/additional specifications shall be got approved from the Engineer-in-charge and shall conform to relevant Indian Standard as applicable. The contractor shall ensure that the staff employed by him for execution of the electrical work, possess the valid electrical license issued by competent authority. Consequences arising due to the default of the contractor in not complying with the above condition shall be the responsibility of the contractor. Copper lugs shall be provided for terminating copper/aluminium/GI earth wire to all switchboards for which nothing extra shall be paid. All multistranded/ stranded wires shall be terminated through copper lugs. All hardware items such as screws, thimbles, G.I. Wires, etc. which are essentially required for completing an item as per specifications will be deemed to be included in the item even when the same have not been specifically mentioned.

2.

3. 4.

5.

6. 7. 8.

9.

138 10. All concealed work and earthing shall be done in the presence of the Engineer-in-charge or his authorized representative. 11. The schematic diagram/dimensional drawings of the various electrical cubical panels shall be got approved from the Engineer-in-charge before fabrication and shall comply with CPWD specifications and Indian Electricity Rules. The panels shall conform to IS: 8623/1993. All panels shall be powder coated inside out, in shade approved by the Engineer-in-charge. All floor-mounted panels shall be mounted on 75mmX75mmX6mm thick M.S. channel on all the sides. It shall have a continuous earth bus of the same size and material as the main phase running continuously along the length of the panel extending on either side for earth connection. The doors of all cubicle panels shall be hinged type including those of bus bar chambers and cable alleys. The locking shall be with chrome plated metal key locks. All doors shall be earthed with copper conductor wire as approved by the Engineer-in-charge. The work shall be carried out according to drawing approved by the Engineer-in-charge. The layout once approved can only be changed by the Engineer-in-charge as per requirement at site. It shall be the responsibility of the contractor to plan the layout and get the approval from the Engineer-incharge before laying the conduits etc. The MCB should be of the same make as that of MCB DBs and having a minimum breaking capacity of 10 KA. Contractor shall obtain approval of the Engineer-in-charge before procurement of MCB DBs. All model of modular accessories required for the work shall be got approved from the Engineer-incharge from among the approved makes. The base plate shall be preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less type in shade approved by the Engineer-in-charge. Contractor shall have to check the Site Order Book for any instructions of the Engineer-in-charge or his authorized representative and sign the site order book. He shall be bound to ensure compliance with the instructions recorded therein. The MCCB s shall be compatible for reliable protection and accurate measurement. The rated Service breaking capacity (kArms) shall be 100% of Ultimate breaking capacity (kArms). All MCCBs shall be current limiting type with features as per relevant IS codes and CPWD specification. MCCBs shall be used with terminal spreaders and all terminals shall be shrouded to avoid direct contact. Mechanical Castle key interlock shall be provided among the incomer MCCBs, wherever, as applicable, two different incomer sources are provided in the panel as per the directions of the Engineer in charge. The same is deemed included in the scope of work. All measuring and indicating instruments shall be protected through fuses/ MCBs and isolating switches. General arrangement drawing of the switchboard shall be got approved from the Engineer-in-Charge before commencement of manufacturing. While deciding the size of switch boxes for light point/fan points/exhaust fan point items, wherever fan regulators are to be provided, extra two modules will be provided for fan regulators (fan regulator is to be provided in separate item). For the items like LT panels, feeder pillars and accessories, etc, the firm shall arrange for inspection in the factory and provide for all facilities for testing. The cost of the visit of Engineer-in-Charge or his representative shall be borne by department. However, firm will be responsible for arranging the inspections as required. Conduit layout as per switching arrangement shall be prepared by contractor and got approved from the Engineer-in-Charge before slab casting. However the Engineer-in-Charge has the right to change the layout as per the site requirements and the contractor shall not have any claim due to change in layout. To facilitate drawing of wires (including telephone wires) 16/18 SWG G.I fish wire shall be provided alongwith laying of recessed conduit for which no extra payment shall be made to contractor. Color coding shall be done for conduit laid for different services as per direction of Engineer-in charge. Conduit and termination to SDB and main board adapter box i/c connection wires to MCB,s inter connection between SDB and main board etc shall be included in the tendered rates and nothing extra shall be paid for the same. The contractor shall provide junction boxes / looping boxes of required sizes and such boxes shall be measured as part of conduit / batten wiring without any extra payment.

12.

13.

14.

15. 16.

17.

18.

19. 20.

21. 22.

23.

24.

25.

26

27.

28. 29. 30. 31. 32.

139 Only brass screws along with brass washers will be used for fixing Phenolic laminated sheet covers and at other places aluminum alloy/ brass / cadmium plated screws, nuts, washers will be used. M.S.dash fastner shall be used for installation of fittings and fixtures in ceiling and for providing suspenders for the angle support, conduiting, cable tray etc. for which nothing extra shall be paid All CI/metal boxes & junction boxes should be cleaned properly and painted from inside before wiring & fixing the accessories. In wiring items like point wiring / wiring for light and power plug /circuit wiring / submain wiring, the item includes the cost of conduit also. For items of power plugs, 15 Amp socket shall be of universal 6 pin type.

33.

(a) The telephone conduits shall be laid with GI fish wires kept, pulled in for pulling of wires, at least 1000mm extra at outlets. (b) Main junction box of telephone conduit system shall be mounted at a height so that the top of box does not exceed 1.65 meters from the floor level and in a suitable location for working by the staff, with approval of Engineer-in-charge.

140

Schedule of Quantities for Electrical Components Name Of Work: CONSTRUCTION OF ACADEMIC BLOCK -2 AT I.I.S.E.R, MOHALI (SH:-PROVIDING ELECTRICAL INSTALLATION)
S.NO . DESCRIPTION SUB-HEAD I : INTERNAL WIRING 1 Wiring for light point/fan point/ exhaust fan/call bell point with 1.5 sqmm. FR PVC insulated copper conductor single core cable in Surface/ recessed Steel conduit , with modular switch, modular plate, suitable G.I. box and earthing the point with 1.5sqmm FR PVC insulated copper conductor single core cable etc as required.(Group-B) 2 QTY. RATE in words & figures UNIT AMOUNT

2707

Point

Point

Wiring for light/power plug with 2x4 sqmm. PVC insulated, copper conductor single core cable in Surface/ recessed Steel conduit along with 1 No. 4 Sqmm FR PVC insulated copper conductor single core cable for loop earthing as required. Wiring for circuit/sub-main wiring alongwith earth wire with the following size of FRPVC insulated copper conductor, single core cable in surface/ recessed Steel conduit as required. 2X1.5 sqmm + 1x1.5 sqmm earth wire 2X2.5 sqmm + 1x2.5 sqmm earth wire 2X6.0 sqmm + 1x 6.0 sqmm earth wire 2X10.0 sqmm + 1x 10.0 sqmm earth wire 4X 2.5 sqmm + 2x 2.5 sqmm earth wire 4X 4.0 sqmm + 2x 4.0 sqmm earth wire 4 X 6.0 sqmm + 2x 6.0 sqmm earth wire 4X 10.0 sqmm + 2x 10.0 sqmm earth wire 4X 16.0 sqmm + 2x 16.0 sqmm earth wire

1814

Metre

Metre

(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix)

10272 450 1305 100 310 2095 5830 2040 650

Metre Metre Metre Metre Metre Metre Metre Metre Metre

Metre Metre Metre Metre Metre Metre Metre Metre Metre

141 4 Supply and fixing of suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 3 pin 5/6 amps. modular socket outlet and 5/6 amps. modular switch, connection, painting etc. as required. 604 Nos. Each

Supply and fixing of suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 15/16 & 5/6 amps. modular socket outlet and 15/16 amps. modular switch, connection, painting etc. as required.

328

Nos.

Each

Supplying and Fixing of fan box in recess of 16 SWG M.S. sheet & Hook made out of 12 mm dia rod steel bar etc as required.( Min. 60 mm Deep and 150 mm Dia ) alongwith 3 mm thick phenolic laminated sheet for covering the fan box.

635

Nos.

Each

SUB-HEAD II : SUB DISTRIBUTION BOARD 8 Supplying and fixing 5 amps. to 32 amps.rating 240 volts 'C' series, miniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required. a) Single pole b) Double Pole c) Four Pole

794 92 18

Nos. Nos. Nos.

Each Each Each

Supplying and fixing following rating 415 volts 'C' series, miniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required. a) 40Amps Four pole

12

Nos.

Each

b) 63Amps Four Pole 10 Supply and fixing following rating, double pole, (single phase and neutral), 240 volts, residual current ciruit breaker (RCCB), having a sensitivity current upto 300 miliampers in the existing MB DB complete with connections, testing and commissioning etc. as required. a) 25Amps

13

Nos.

Each

51

Nos.

Each

142 b) 40Amps c) 63Amps 36 33 Nos. Nos. Each Each

11

Supplying and fixing single pole, blanking plate in the existing MCB DB complete etc. as required.

526

Nos.

Each

12

Supplying, installation, testing and commissioning of surface/ recess mounting, vertical type, 415 volts, TPN MCB distribution board of sheet steel, dust protected, duly phosphatized and powder painted, inclusive of 200 amps tinned copper busbar, common neutral link, earth bar, din bar for mounting MCB's, detachable gland/ knock out plate, and with 100 amps, 10 KA MCCB as incomer interconnection between incomer MCCB and bus bars of following ways (but without MCB's) as required .

a) 13

8 Way with 100 amps MCCB as incomer

11

Nos.

Each

Supplying and fixing of following way, three pole and neutral,prewired, sheet steel, MCB distribution board, 415 volts, on surface/recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulated copper conductor up to terminal block,tinned copper busbar, neutral link, , earth bar, din bar, detachable gland plate, inter connections,phosphatized and powder painted including earthing etc. as required. a) b) c) 14 Supplying and fixing of following way, single pole and neutral,prewired, sheet steel, MCB distribution board, 240 volts, on surface/recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulated copper conductor up to terminal block,tinned copper busbar, neutral link, , earth bar, din bar, detachable gland plate, inter connections,phosphatized and powder painted including earthing etc. as required. a) 2+12 Way, double door 10 Nos. Each 6 Way (4+18), double door 4 Way (4+12), double door 8 Way (4+24), double door 40 1 8 Nos. Nos. Nos. Each Each Each

143

b) c)

2+8 Way, double door 2+4 Way, double door

12 61

Nos. Nos.

Each Each

15

Supplying and fixing 20amps, 240 volts, SPN industrial type, socket outlet, with 2 pole and earth, metal enclosed plug top along with 25/32 amps 'C' series, SP, MCB, in sheet steel enclosure, on surface or in recess, with chained metal cover for the socket out let and complete with connections, testing and commissioning etc. as required.
88 Nos. Each

16 Supply and fixing 20 amp, 415 volts, TPN industrial Type, socket outlet ,With 4 pole and earth ,metal enclosed plug top along wth 20 amp. `C` series TP,MCB , in sheet steel encosure, on surface or in recess with chained metal cover for the socket out letand complete with connections, testing and commissioning etc. as required. 17 Supply and fixing 30 amp, 415 volts, TPN industrial Type, socket outlet ,With 4 pole and earth ,metal enclosed plug top along wth 30 amp. `C` series TP,MCB , in sheet steel encosure, on surface or in recess with chained metal cover for the socket out letand complete with connections, testing and commissioning etc. as required.

64

Nos.

Each

41

Nos.

Each

SUB HEAD III - TELEPHONE CONDUITING & WIRING : 18 Supplying and fixing modular telephone socket outlet on existing modular plate & switch box including connections but excluding modular plate etc as required.

241

Nos

Each

19

Supplying and fixing following, G.I. Box along with modular base & cover plate for modular switches in recess etc. as required. 1 or 2 Module (75mm X 75 mm) Supply and fixing of following size of PVC conduit alongwith the accessories in recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required:

241

Nos

Each

20

144 a) 25mm 4150 Metre Metre

21

a)

Supplying and fixing in position the following suitable sizes of self extinguishing polystyrene material, corrosion resistant, highly resistant to shock, sturdy and maintenance free powder coated KRONE type telephone tag block with hinged and lockable doors including suppling and fixing of tag blocks. 20 Pair

15

Nos.

Each

22

a)

Supplying and drawing PVC insulated, PVC sheathed multicore unarmoured taped telephone cables of 0.5 mm dia size in existing conduit pipe, of the following sizes. 20 Pair

600

Metre

Metre

23 Supplying and drawing 2 pair 0.5 sqmm FR PVC insulated copper conductor, unarmoured telephone cable in the existing surface/recessed steel conduit as required.

12600

Metre

Metre

145

List Of Approved Makes For Electrical (Academic Block-2, IISER Mohali 1 Switches & Sockets Philips, Crab Tree, North West,Indo Asian,Havells,Legard Mogiac Larsen & Tubro, Siemens,Schneider,Hager,ABB,Havells ABB, Schneider, L&T, Casslec/GE NIC,BEC,Steel Kraft Havells, Finolex,Polycab,BCH,L&T Rama/Shama alongwith modular box

2 Distribution Boards

3 Switch Gear 4 Conduit 5 Wires 6 Accessories

S-ar putea să vă placă și