Clearing and Grubbing of road land complete as per … doc trc kendp..doc · Web viewAll manholes...
Transcript of Clearing and Grubbing of road land complete as per … doc trc kendp..doc · Web viewAll manholes...
BID DOCUMENTS
For the work
Construction of balance work of
tourist reception & cultural information centre
at Kendrapara
TECHNICAL BID
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION
BHUBANESWAR
1
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATIONIDCO, IDCO TOWER, JANPATH, BHUBANESWAR - 751007
Name of work :Construction of balance work of Tourist Reception & Cultural Information Centre at Kendrapara
Sold to Sri/ Smt/ M/s. : ____________________________________________________________________________________________________________________________________
ON PAYMENT OF Rs.6,000/- ( Rupees Six thousand ) only
Vide Money Receipt No. Dtd.
Executive Engineer(Civil)IDCO,Cuttack Division.
Joint Manager (P&C)IDCO.Bhubaneswar
I/we undertake to abide by the terms and conditions as stipulated in the detail tender call notice and conditions of contract.
Signature of the ContractorFor Official Use Only :
1. Total Nos. of Corrections :
2. Total Nos. of Overwritings :
3. Total Nos. of Pages :
4. Earnest Money Deposit in shape of :
5. Copy of S.T.C.C. : Furnished/ Not Furnished
6. Copy of I.T.C.C. : Furnished/ Not Furnished
7. Any other enclosure :
Joint Manager(P&C)IDCO, Bhubaneswar
3
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATIONIDCO TOWER, JANPATH, BHUBANESWAR - 751007
NAME OF WORK …Construction of balance work of Tourist Reception & Cultural Information Centre at Kendrapara
ESTIMATED COST ... Rs 37.44 lakhs
EARNEST MONEY DEPOSIT ... 1% of the estimate cost (Rs.37,500/-)
PERIOD OF SALE OF BIDDING DOCUMENT
… From 21.02.06 to 25.02.06
LAST DATE AND TIME FOR RECEIPT OF BIDS
… DATE –06.03.06 by Registered Post/ Speed Post only.
TIME AND DATE OF OPENING OFTECHNICAL BIDS
… DATE –07.03.06 at 3.30 AM
PLACE OF OPENING OF BIDS
…O/O the Jt Manager (P&C)IDCO, IDCO Towers,Janpath, Bhubaneswar - 751022
OFFICER INVITING BIDS …Chief General Manager(P&C)IDCO, IDCO Towers,Janpath, Bhubaneswar - 751022
4
I N D E X
01. TENDER CALL NOTICE
02. GENERAL CONDITION
03. TECHNICAL SPECIFICATION
04. ITEM OF WORK
05 SCHEDULE OF ITEMS
06. FORM OF BID / TENDER
07. PREAMBLE TO THE SCHEDULE OF QUANTITIES
08. SPECIAL NOTE
09. FORMS AND FORMATS
A) FORM OF EARNEST MONEY DEPOSIT
B) FORM OF SECURITY DEPOSIT
C) FORM OF PERFORMANCE GUARANTEE
D) AGREEMENT FORMAT
10. GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS
11. CONDITION OF CONTRACT
12. SPECIAL CONDITIONS OF FORMING A PART OF THIS CONTRACT
13. SPECIAL TERMS & CONDITIONS FOR SAFETY MEASURES
14. HIRE CHARGES OF MACHINERIES
15. ABSTRACT OF ESTIMATES
16. DRAWINGS
17. SCHEDULE OF QUANTITIES
5
Orissa Industrial Infrastructure Development Corporation(A Government of Orissa Undertaking)IDCO, IDCO Towers, Janpath, Bhubaneswar-751022 Phone: (0674) 2542784,2540820, Fax: 2542956E-mail: [email protected]
ISO 9001 & 14001 CORPORATION
No.HO/P&C/Est/E-3573 /03/2005-2299 Date: 14.02.2006TENDER CALL NOTICE FOR THE WORK “CONSTRUCTION OF BALANCE
WORK OF TOURIST RECEPTION & CULTURAL INFORMATION CENTRE AT KENDRAPARA”.
The Chief General Manager (P&C), IDCO, IDCO Towers, Janpath, Bhubaneswar invites sealed tenders from the registered contractors from IDCO vendors list/Registered firms /Company/Contractors having Special class and ‘A’ class registration from State PWD / CPWD/ Railway/ MES for the work as detailed below. Tender is to be submitted in double cover system.
Sl.No
Name of work Estimatedcost (Rs.) (Appx)
Bid Security/EMD (Rs.)
Cost of Document
(Rs)
Period of completion
Class of tendererFor IDCO venders
For other deptt
01. Construction of balance work of tourist reception & cultural information centre at Kendra- Para
37.44lakhs
37,500/- 6,000/- (Six
thousand) only
06 (Six) Calendar Months
Range above
25.00 lakhs up to
Rs.1.00 crore
Special & ‘A’ class of
PWD & other dept.
SALE OF TENDER PAPER:The Tender document may be purchased during office hours from the office of the
Joint Manager (P&C) IDCO, IDCO Towers, Bhubaneswar/Executive Engineer(Civil), IDCO, Cuttack Division, New I/E, Jagatpur from Dt.21.02.06 to 25.02.06 up to 3.00 PM on production of IDCO vender/ valid contract license, valid PAN, clearance certificate on VAT-612 and valid EPF registration certificate. The Vendor/ Contractor should have executed similar nature of works value not less than Rs.25.00 lakhs in a single agreement during last three years and also have to produce necessary completion certificate from the concerned client such as Govt. Departments, PSU, Registered Society with proof of owner ship of machineries both in self possession or hire.
The tender is open to individual firm/ contractors only. Application from joint venture is not acceptable.
The tender documents can also be down loaded from IDCO’s website www.idcoindia.com which must accompany the tender document cost of Rs.6,000.00 (Non refundable) in shape of DD along with the tender drawn on any Nationalised Bank in favour of Orissa Industrial Infrastructure Development Corporation payable at Bhubaneswar, and the above D.D. must be purchased within the date of sale of tender paper, failing which the tender will be liable for rejection. IDCO shall not be responsible for any delay / difficulties / inaccessibility of the down loading facility for any reason whatsoever, in case of any discrepancy between the tender documents down loaded from internet and the master copy available in the office, the master copy will prevail. No claim on this account will be entertained.
6
EARNEST MONEY DEPOSIT:The EMD shall be in shape of demand draft payable at Bhubaneswar or in shape of
a Bank Guarantee in the prescribed format from any Nationalized bank in favour of “Orissa Industrial Infrastructure Development Corporation”.SUBMISSION OF TENDER:
The sealed tender of Packet-1 superscribing “Technical Offer” containing the Bid Document and the cost of tender document (if downloaded from the website) and attested copies of IDCO vender/valid license, EMD, Experience Certificate, clearance certificate on VAT-612, PAN, EPF Registration, proof of ownership of machineries both in self possession or hire and Packet-2 containing bill of quantities superscribing the”Financial Offer” should be kept inside one packet superscribing on the top “Tender for the work “Construction of balance work of tourist reception & cultural information centre at KendraPara.”, so as to reach the same to Joint Manager (P&C), IDCO, IDCO Tower, Bhubaneswar on or before Dt.06.03.2006 up to 3.00 PM through registered post/ speed post only. OPENING OF TENDER:
The technical offer will be opened on 07.03.2006 at 3.30 AM in the office of the Joint Manager (P&C), IDCO, IDCO Tower, Bhubaneswar in presence of the bidders or their authorized representatives who wishes to attend .The financial offer will be opened only of the technically qualified bidders after scrutiny of the Technical bids on dt.08.03.2006 at 11.30 A.M . If the office happens to be closed on the date of last sale / receipt / opening of bids as specified, the bids will be sold / received /opened on the next working day at the same time and venue.
The undersigned will not be responsible for any loss, damage, delay if any in the delivery of the documents or non-receipt of the same within the stipulated period.
IDCO reserves the right to cancel any or all the bids without assigning any reason thereof.
Chief General Manager (P&C) I/cMemo No.2300 Date:14.02.2006Copy to Jt.Manager(P&A) PR Cell/ Manager(MIS), IDCO for information and necessary action. They are requested to publish the notice (Copy enclosed) in News Paper as per the latest circular of General Manager (Civil)&MR. The detailed tender call notice may also be included in the IDCO website for wide circulation, the soft copy of which may be collected from J.M.(P&C).The tender document can also be down loaded from IDCO website from 21.02.06 to 25.02.06 up to 3.00 PM.Encl: As above
Chief General Manager (P&C) I/cMemo No.2301 Date: 14.02.2006
Copy to PS to CMD, IDCO, Bhubaneswar for kind information of C.M.D.
Chief General Manager (P&C) I/c
7
GENERAL CONDITION
1. Validity of Offer : The tender submitted by the tenderer shall remain valid for acceptance for a period of 120 days (One hundred twenty) days from the date of opening of tender.
2. Scope of Supply : Supply of Cement and Steel shall be the responsibility of the contractor and the same will be used in the construction after getting the test certificate and approval by the Divisional Head, IDCO. However on request the same may be supplied to the contractor at the prevailing issue rate, if available.
3. Measurement of reinforcement steel
: Measurement of reinforcement steel will be done as per ISI standard weight. Nothing extra will be paid for rolling margin.
4. Testing All cost of mandatory testing of bricks, chips, sand, concrete cubes, metals compaction, moorum compaction WMM compaction, BM & SDBC testing and other construction materials etc. will be borne by the Contractor.
5. Agreement On acceptance of tender, the successful tenderer will have to execute agreement with latest addition and alternation made till the date of opening of the tender paper in non-judicial stamp paper of Rs.3.50 and six catridge paper which is to be given by the tenderer to the Divisional Head of IDCO.
6. The Contractor shall have to arrange water and power himself so as to execute the work as per time schedule. Nothing extra will be paid on this account.
8
7. The Contractor has to make his own arrangement for approach road to the work site.
8. The consumption of cement will be calculated as per Government of Orissa Analysis of Rate.
9. The Contractor has to make his own arrangement for keeping cement in his store. Watch and ward is to be maintained by the Contractor.
10 The Engineer-in-charge or his representative reserves the right to check the store at any time. The Contractor has to maintain a proper stock book showing daily consumption and balance etc.
(Total ten numbers)
SPECIAL CONDITION
9
1. Notwithstanding any other condition in DTCN, No water will normally be supplied by
Corporation. The Contractor is to arrange water for the work at his own cost. The Contractor will lay
the pipe line net work required for the construction purpose at his own cost. No delay in construction is
permissible on the ground of paucity of water. If the water is availed from the Corporation source by
the Contractor, water charges will be levied as per prevailing rate and the amount will be recovered
from the his bill. Service roads are to be constructed by Contractor at his own cost.
2. No time extension will be granted on the ground of scarcity of water, communication, material
and machinery etc.
3. The responsibility to locate Govt. approved quarry and burrow area lies with the Contractor.
4. Wherever levels are to be taken it will be the responsibility of Contractor to get the same done
through concerned Junior Engineer and checked by the Assistant Engineer.
5. The Contractor will submit a detailed programme of completion of work with methodology for
execution of each item of work at the time of execution of agreement.
6. All machineries will be arranged by the Contractor at his own cost in proper time.
7. The Contractor shall abide by the relevant Act like Minimum wages, Employees Provident
Fund, ESI etc. and Rules and Regulations in force of the state of Orissa from time to time for the
labour employed in construction work. The contractor shall be fully and solely responsible for any
compensation/ fine that may be imposed for violation of the said Rules/Regulations/Act.
8. For any bad quality of work the amount of award given by any consumer court/ judicial court
will be recovered from the executing Contractor.
9. Where the agreement rates are more than 25% of the estimated rate, no extra quantity beyond
the agreement quantity should be executed without the prior written approval of competent authority of
IDCO.
10. Additional performance security shall be deposited by the successful bidder when the bid
amount is seriously unbalanced i.e. less than the estimated cost by more than 10%. In such an event
the successful bidder will deposit the additional performance security to the amount of the differential
cost of the bid amount and 90% of the estimated cost in shape of Bank draft or Bank Guaranty of any
nationalized Bank.
11. For any additional quantities up to 25% on any item, the Contractor will be paid at the
approved tender rate.
TECHNICAL SPECIFICATION OF CIVIL PORTION OF WORK
10
Materials of following specification are to be used in the work. The tenderer are expected to posses and be well conversant with the following I.S. Standard and Code Practice.
1) Cement : IS: 269/1989 & 455/1989
(However the grade of cement to be selected by the Engineer-in-charge of work and sample cube test before commencement of work in each batch.)
2) Steel : I.S: 432/1982 (Part-1&2) and 1786/1985
3) Vibrator : I.S: 7246/1974
4) Aggregate : I.S: 383/1970 - IS: 515/1959
5) Water for mixing & curing : Shall be clean, free from injurious amount of oil, salt, acid, vegetable materials and other substances harmful to concrete conforming to IS: 456/2000 and IS: 3023/1965
6) Sand/ fine aggregate : IS : 2116/1980
7) Binding Wire : IS: 280/1978 (galvanised minimum 1mm.)
8) Rain Water Pipe : IS: 2527/1984
9) Construction Joint : IS: 3414/1968
10) Steel Window Frame : IS: 1038/1983
11) Steel Door Frame : IS: 4351/ 1976
12) Fitting and fixtures for joinery works
: Conforming to IS: 7452/82 strictly conform to IS specification and as per direction of Engineer -in-charge.
NOTE :For road work (approach road) specification as per road & bridges (latest edition) published by
I.R.C. and MOS&T shall be followed. In case of any doubt and absence of provision regarding specification I.S. shall be referred. (Indian Standard). The latest version of the BIS code shall be followed.
11
BIS CODE REFERENCE
1) Concrete shall be with conformity to IS: 456/2000.
2) Foundation shall be with conformity to IS: 1080/1995.
3) Stone masonry (R.R.) shall be with conformity to IS: 1597/1992 (Part-I)
4) Brick masonry shall be with conformity to IS: 2212/1991.
5) Cement plastering shall be with conformity to IS: 1661/1972
6) Mortar shall be with conformity to IS:2250/1981.
7) White washing and color washing shall be with conformity to IS: 6278/1971.
8) Cement Concrete Flooring shall be with conformity to IS: 2571/1970.
9) Antitermite treatment shall be with conformity to IS: 6313/1981 (Part - I & II).
10) Painting to all surface shall be with conformity to IS: 2395/1994 (Part - I & II).
11) D.P.C. shall be with conformity to IS:3067/1988.
12) Tarfelt treatment shall be with conformity to IS: 1346/1991.
13) Mosaic flooring shall be with conformity to IS:2114/1984.
14) Steel painting shall be with conformity to IS:1477/1971 (Part - I & II).
Note: The latest version of the above BIS codes shall be followed.
12
TECHNICAL SPECIFICATIONS
FORSANITARY & BATH ROOM FITTINGS
Materials of following standard manufacturers are to be used in the work. The contractor should indicate in the offer, the brand or make of the materials for which the rates are offered.
(A) Sanitary fixtures :To be of first quality vitreous ware of Porcelain
I) Indian Water Closet
ii) Foot Rests
iii) Wash Hand Basin
iv) Kitchen Sink Hindustan Sanitary Ware /
v) Urinals Parry Ware / Nycer /
vi) Drain Board Cera having ISI Mark.
vii) Orissa Closet
viii) European Water Closet & low down cistern
(B) C.I. High level Cistern : Sushila Industries / Prabhat Iron Foundry / East India Steel and other having ISI mark.
(C) PVC low Level Cistern : Commander/ Champion make and other having ISI mark.
(D) H.C.I. Soil Waste Pipes and fittings : Sushila Industries / Prabhat Iron Foundry / East India Steel and other having ISI mark confirming to IS: 1729:1954.
(E) C.P. Bath Room Fittings : ZIM/ Kingstone/ ARK/ Jaguar and other having ISI mark.
(F) C.P. Shower : Confirming to latest IS or equivalent(Heavy Quality)
(G) Brass Fittings : Anupama/ Luster or equivalent with ISI Marked.
(H) Gunmetal Valves : Anupama/Leader/B.S./ ATAM or equivalent ISI marked.
(I) G.I. Pipes(Medium Class) : Manufactured by ITC/JINDAL/ BST/TATA and other having ISI mark.
13
(J) Galvanized Iron Fittings : ISI marked for all fittings and confirming to ISI for short piece nipple, long bend.
(K) Paints : ICI/ Asian/ Berger/ Johnson brand confirming to ISS.
(L) Cast Iron manhole cover frame : Sushila Industries / Prabhat Iron Foundry / East India Steel and other having ISI mark confirming to IS: 726.
(M) Stone Ware Pipes & Fittings : Manufactured by Orissa Ceramic Industries/ Orissa Industries/ Keshab Ceramics & others ISI marked and confirming to ISS.
(N) P.V.C.(SWR) & PVC (Rigid) Pipe Fittings : Manufactured by the Supreme Industries Ltd., Bombay/ Prince Industries, Delhi and others confirming to IS/ BS & D/N Specifications.
(B);BUILDING MATERIALS
(a) Bricks:
Bricks shall be of locally available best quality kiln Burnt. Bricks shall be well burnt, uniform deep red, cherry or copper coloured, free from cracks and flows, well shaped, uniform in size, homogeneous in textures and shall emit a clear metallic sound when struck, bricks shall have a minimum crushing strength 75 Kg/Cm2 and shall not absorb water more than 20% by weight.
(b) Cement mortar:
Mortar shall be well mixed to a uniform colour and consisting in the proportion as specified in the items of work. Sand shall be measured on the basis of its dry volume and the quantity shall be adjusted for bulking of damp sand. Cement shall be mixed, taking 50 Kg= 0.035 Cum. in volume. Only required quantity that can be consumed within 30 minutes of adding water shall be mixed at one time.
(c) Cement: Cement should confirm to IS-269/IS/455
(d) Sand: Locally available best river sand medium size.
(e) Course Agreegates:
The course aggregate shall be of hard granite stone and shallm generally confirm to IS-389. Porous course aggregate shall not be used. The aggregate shall be free from clay films and other adherent coatings. Aggregate containing clay films over the stone materials shall be thoroughly washed. The aggregate shall be from approved quarry and crusher broken. Course aggregates shall be composed of particles ranging between the size 2.36 mm to the maximum size as may be specified in the relevant item of work. Within the range, the aggregates shall be well graded so as to produce a dense concrete.
14
(f) Reinforcement:
Mild Steel Round bars, cold twisted and deformed bars of steel of medium tensile or high yield strength steel, plain hard drawn steel wire fabric etc. will be used as reinforcement as per drawing and design and directions.
Mild Steel bars shall confirm to IS:226/1962 standard quality or IS: 432/1966-Grade-I. High strength deformed bars shall confirm to IS: 1786/1966.
Black annealed wire( not thinner than 25 g.) for tying the reinforcements shall be used.
15
TECHNICAL SPECIFICATIONS
FORSANITARY & PLUMBING WORKS
(A) SANITARY WARE & ALLIED FITTINGS:1. General:
All Sanitary fixtures and their allied fittings, should be first quality, manufactured by Hindustan Sanitary Ware/EID. Parry Ltd./ Nycer/ Madhusudan Ceramics. These should be approved by the consultant/Engineer-in-charge before use.
2. Squatting Pattern WC Pan (Orissa Pattern Closets):
The water closet shall be of Vitreous China of specified size and pattern, wityh an integral flushing rim. It shall have the flushing inlet at the back. The Orissa Closet should be approved quality confirming to ISS: 2556 (Part-III).
The squatting type Indian Water Closet (Orissa Closet( shall be sunk in floor sloped towards the pan in a workmanship like manner. The closet shall be fixed on a proper cement concrete base of 1:3:6 proportion, taking care that the cushion is uniform and even without closet, to receive the specified thickness of the floor finishing. The joint between the Closet and the PVC (SWR) Trap shall be made with WC ring and rubber lubricant and shall be of lead proof.
3. Flushing Cistern:
The flushing of the Indian water closet (Orissa Closet) shall be done by C.I. or Polystyrene High Level Valveless Syphonic Flushing Cistern of approved brand and quality ISI marked and capacity as specified. The connection between the Cistern and Water Closet shall be made by 32mm dia G.I. flush pipe, made from G.I. pipe (Light Quality) or 32mm dia P.V.C. Pipe as specified in the tender schedule. The flush pipe with an offset should be fixed to wall by using C.I. Holder Bat clamps. The capacity of the Cistern should be 10 Ltrs. as per ISS. The cistern shall be fixed on Cast Iron or Rolled Steel Cantilever Brackets (Built in type) which shall be firmly embedded in the wall, with C.C. 1:2:4. The Cistern shall be provided with 20mm dia P.C.C. Overflow Pipe with fittings which shall terminate into mosquito proof coupling secured in a manner that will permit it to be readily cleaned or renewed.
The 32mm dia Flush Pipe shall be connected to the Water Closent by means of approved type joint. The Flush Pipe shall be fixed to wall by using C.I. Holder Bat clamps. The bend and the Offset as required in the Flush Pipe shall be made cold. The inside of the Cistern shall be painted with two coats of approved black bitumen paint. The Outer face of the Cistern, Brackets Overflow Pipe and Flush Pipe etc., shall be painted with two coats of any synthetic enamel paint of approved shade and make, over a coat of priming. The cost of the painting shall be included in the rate quoted for the flushing Cistern.
The inlet connection to the Cistern shall be made with 450mm long 15mm dia P.V.C. Heavy type connection Pipe.
4. Wash Hand Basin:
The Wash Hand Basin shall be of the White Vitreous China of approved quality, make and brand ISI marked. It shall be one piece construction with an integral combined over flow. The size of the basis shall be as specified. Each basin shall be provided with one 15mm dia C.P. Brass Pillar Tap, 32mm dia C.P. Waste C.P. Chain and Rubber Plug, Unions, Joints, C.P. Bottle trap casted complete in all
16
respects of approved quality.
The Basin shall be supported on a pair of R.S. or C.I. Cantilever Brackets ( built in type) embedded and fixed in all with cement concrete, 1:2:4. These brackets shall be painted to the required shade with two coats of synthetic enamel paint over a cost of priming.
The waste of the Basin shall discharge into a floor trap or Channel through bottle traps as specified. One 32mm dia C.P. Bottle Trap is to be fixed to the waste of the Basin & the outlet of the bottle trap is to be connected to the Waste Pipe, to discharge the waste to the aforesaid floor trap. The inlet connection to the Basin shall be made with 450mm long 15mm dia Heavy type PVC connection pipe.
5. Kitchen Sink:
Unless otherwise mentioned the Kitchen Sink and drain board ( if used) shall be of White Vitreous China o9r fire clay as specified and of approved quality, make and brand, confirming to ISS. It shall be of one piece construction with integral combined overflow. The size of the sink and Drain Board shall be as specified.
Each Sink shall be provided with one 15mm dia C.P. brass, Bib Cock, long body 40mm C.P. Waste with overflow C.P. Chain and Rubber Plug, Unions etc. complete in all respects as specified and of approved quality.
The Sink shall hbe supported on a pair of MS or C.I. Cantilever Brackets ( Built in type) embedded or fixed in position in the wall by Cement Concrete 1:2:4. The brackets shall be painted to required shade with two coats of approved synthetic enamel paint over a coat of priming.
The waste should discharge into a floor Trap or Channel. The waste pipe should be
40mm dia PVC pipe jointed to the waste of the Sink with a Brass Union Nut.
6. Standing Urinals:
The Urinals shall be flat pattern lipped front basin of required dimension of White Vitreous China and one piece construction with internal flushing box rim of an approved make and brand as specified. It shall be fixed in the position by using wooden plug embedded in the wall with screws of proper size. Each Urinal shall be connected to a 40mm dia PVC Waste Pipe, which shall discharge into a channel of floor trap. The lip of Urinal shall be kept at 525mm from floor level, while fixing the Urinal on wall.
Where no. of Urinals are fixed in a line, the distance between the centre to centre of each Urinal shall be kept 750mm and each Urinal should be separated from one to another by a partition plate. The centre to centre of partition plates shall be kept 750mm.
The partition plates shall be of one piece kota stone plates, cut to size and front corners rounded. The partition plates are embedded in all with cement concrete and finished smooth. The bottom of the partition plates should be kept 500mm above floor level and top should be kept at 1250mm above floor level. The plates should project 600mm from wall surface. The width of the plates to be embedded inside the wall should not be less than 100mm. The thickness of the plates shall be minimum 25mm to 32mm.
For flushing the Urinals each Urinal shall be connected with one 20mm dia G.I. Pipe (Medium Class). One end of this pipe shall be inserted into the inlet of the Urinal and jointed with Jute and Putty where as the other end is connected either with a Tee or Bend with the 25mm dia size Water Pipe Line fixed on the wall horizontal above the urinals. In each 20mm dia flush pipe one 20mm dia Gun metal Gate valve
17
to be fixed. By opening this valve, the Water will flow to the rims of Urinals through the inlet pipe and flush the Urinals. After flush, the valve can be closed to avoid wastage of water. One 40mm dia PVC Waste Pipe shall be connected to the Waste of each Urinals, to discharge the Waste into the Channel or Trap. One end of this Waste Pipe shall be made a cup size to fit into the projected waste and tightened with screws.
7. Squating Urinal Plates:
The Urinal Plates shall be of White Glazed Vitreous China with integral flushing rim of size 450mm x 350mm of approved make and brand as specified. There shall be white vitreous channel with stop and outlet pieces in front. These plates shall be fixed on C.C. at 75mm to 100mm above floor level.
For flushing arrangement, one 25mm dia G.I. Common Water Pipe line (minimum size) shall be fixed on the wall parallel to floor. For each Urinal one 20mm dia G.I. Brand Pipe shall be taken down upto 1200mm from floor level just at the centre of each plate, in which one 20mm dia Gate valves is fixed at 1500mm above floor level. At 1200mm height, the 20mm dia flush pipe shall be divided into two branches with a Tee and fixed horizontal 300mm on either side and then with the help fo elbows, both the branches shall be taken downwards and connected to the inlets of the Urinal plates at floor level. By operating the valve as above, the water will rush into the rims of the urinal plate and flush it.
Where there are number of urinals fixed in a line, each urinal should should be separated by a partition plate fixed in the centre of two Urinal Plates. The centre to centre distance of the partition plates shall be kept 750mm.
The parition plates shall be of one piece kota stone plate, 25mm to 52mm thick, cut to sizes and front comers rounded. The plates are embedded in wall with cement concrete and finished smooth. The bottom of the partition plates shall be kept flushed to Urinal top level, the top level shall be kept at 1200mm from the urinal plate top and the projection from the wall shall be 600mm. The width of the plate to be embedded inside the wall should not be less than 100mm.
(B) SOIL AND WASTE PIPES AND FITTINGS:1. H.C.I. Pipe Fittings:
The Cast Iron Soil, waste and Drain pipes ( spigot & socket joints) shall be of make and brand as specified ( under specification of materials) , confirming to ISS:3989-1970 and ISI marked with approved clamps are to be used. The pipes and fittings shall be free from cracks, laps, pin holes and other imperfection and carefully fitted.
The access door fittings shall be designed and made so as to avoid dead space in which filth may accumulate and door shall be provided with 3mm thick rubber insertion packing when closed and bolted.
WEIGHT OF HCI PIPES
2. Dia of Pipe in mm Thickness in mm Length of Pipe 1.5 Mtr. 1.8 Mtr.
50mm 5mm 9.50 Kg. 11.41 Kg.
75mm 5mm 13.83 Kg. 16.52 Kg.
100mm 8mm 18.14 Kg. 21.67 Kg.
150mm 8mm 26.70 Kg. 31.82 Kg.
Tolerance 10%
18
3. The jointing should be done with pig lead confirming to IS: 782/1986 Grade 99:54. The spigot end of Pipes and fittings should enter into the socket end. The annular space shall be packed with spun yarn gasket, compacted so as to leave a depth for receiving required quantity of lead in a continuous pouring from leddle. After pouring lead in the joints in full, caulking is to be done three times round with the caulking chisel, so that the joints may be sealed with lead. The depth of lead in a joint shall be 35mm and the rest depth of the joint shall be packed with spun yard gasket.
4. Requirement of lead and Gasket cement for joining HCI Pipes (Each Joint).
Dia of pipe in mm Lead in Kg. Gasket in Kg. (Same for lead and cement joint Cement in Kg.
100 1.2 Kg. 0.13 Kg. 0.12 Kg.
50 0.36 Kg. 0.06 Kg. 0.06 Kg.
5. The inside of the Pipes and fittings shall be well coated with special tar or bitumen solution of approved quality. Where the pipes and fittings are laid below the ground, the outer surface of the pipes and fittings shall also to be painted with two coats of black anti-corrosive paint of approved quality.
On completion of the work the exposed pipes and fittings are to be painted with two coats of synthetic enamel paint of approved colour and quality over a coat of red oxide primer. The coat of paint should be included in the rates.
6. Soil pipes for ventilation is to be connected to the sewer at its floor and without a trip and be carried to such a height, at least above roof level, to prevent damage to health by omission of foul air. The pipe shall terminate as an open and protected by a cowl.
7. The waste water pipe shall be connected with the nearest yard gully or a surface drain.
8. The traps should be of heavy cast iron and should have a water seal at least 50mm deep.
9. All the soil and waste pipes and fittings, after laid and fixed shall be smoke tested, to the entire satisfaction of the Engineer-in-charge. The cost of testing are to be included in the offer. For smokes test the materials usually burnt grease cottom waste, which gives out a clear pungent smoke, which is easily detected by sight and small. Smoke shall be pumped to the drains from the lowest end from a smoke machine, which consists of blower and burner.
(C) PVC (SWR) & PVC (RIGID) PIPES & FITTINGS:9.01 The PVC (SWR) and PVC(Rigid), soil waste and vent pipes ( Spigot & Socket, &
couples joints) shall be of make and brand as specified ( under specification of materials ) confirming to ISS, BSS, DIN are to be used.
The main specification of PVC Soil & Waste Pipes and fittings are as below.
19
a) Materials : Unplasticised Polyvinyl-Chloride ( UPVC)
b) Colour : Grey
c) Dimensions
I) Diameter : Fittings- 75mm/110mm/63mm &
Pipes- 75mm, 110mm in lengths of 3 to 6 mtr.
d) Wall thickness : Fittings - Minimum 3.2mm at any port.
Pipes - As per application
For Rain water : 75mm - 1.8 to 2.2 mm
110mm - 2.5 to 3mm
Waste & Soil : 75mm - 1.8 to 2.2mm
110mm - 2.5 to 3mm
63mm -
Underground drainage with Light/NIL Traffics
: 110mm - 2.5 to 3mm
-do- in Heavy traffic : 110mm - 3.7 to 4.3mm
e) Standards Confirming to Attributes.
: Confirms to Standard No.
I) Fittings & Wall Thickness : BS.4514, DIN 10531, DIN 19534 IS: 7834-PVC (Rigid)
ii) Pipe Wall thickness : IS: 4985
iii) Rubber Ring : IS:5382
iv) Fitting dimensions : DIN 19531 (PVC) DIN-19534 (SWR)
IS: 7834 PVC (Rigid).
v) Pipe Dimensions : IS: 4985
(a) Laying instructions and Jointing Procedure:
a-1 Jointing of PVC (SWR) Pipes and Fittings:
Clean the outside of the pipes spigot and the inside of the sealing groove of the fitting. Apply the rubber lubricant, to the spigot end, sealing ring and pass the spigot and into the socket, containing sealing ring, until fully home mark the position of the socket edge with pencil on the pencil on the pipe, then withdraw the pipe from the socket by approx, 10mm towards thermal expansion gap.
a-2 Fixing of the Pipes and fittings on wall surface:
20
PVC Pipes both (SWR) & (Rigid), fixed on wall surface, are to be supported by PVC. Pipe clips, specially made for these pipes. With horizontal runs, the pipe clip should be spaced at intervals of more than 10 times the outside diameter of the pipes. In vertical lines the clips are to be spaced at intervals of one metre to a maximum of two metre according to Pipe diameter.
a-3 Jointing of PVC (Rigid) Pipe fittings:
Clean the outside of the pipes and inside of the socket of a fitting or the inside of the couplers ( where 2 plain ended pipes are jointed) of. Apply solvent cement solution, evenly and smoothly on the outer surface of the pipe end and inside surface of either the coupler or the socket and pass the pipe end into socket of the fittings. Upto full depth of socket. In case of jointing 2 plain ended pipes 1st. Push the coupler upto half depth on the end of one pipe and the outer half of the coupler should be pushed to the end of the other pipe and thus, both pipes are jointed.
a-4 Fixing of PVC Pipes and fittings through holes of walls or chajja or roofs etc.
The wall/concrete slots should allow for a stress free installation, Pipes and fittings to be inserted into the slots, without a cement base, have to be supplied first with a thin coat of PVC Solvent cement, followed by sprinkling of dry sand (medium size), Allow it to dry. This process give a sound base for cement concrete fixation, around the pipes/ fittings while mending the damages.
a-5 Anti-syphonage Pipes:
All the antisyphonage pipes and fittings to be used are of 63mm, if these are not available, under the items of PVC (SWR) materials, 63mm pipes and fittings, manufactured under PVC (rigid) material can be used, since the raw materials for both is same.
a-6 All traps should have a minimum water seal of 50mm as per IS:5329 and IS:2556 (Part XIII). Where anti-syphonage connection is required, the traps to be supplied and used should have a 50mm anti-syphonage vent horn on the outlet side. All the traps used with the closets, should be of the size 125x110mm i.e inlet( Socket end) of 125mm and outlet (spigot end) of 110mm only.
a-7 Insstallation of Water Closet:
Determine the correct location of tyhe P/S Trap & set on a firm base, relative to the floor finish by pouring concrete on a slab. Bedding can be carried out by pouring concrete around the trap, ensuring that the traps outlet is left clear of concrete. Place the WC connector ring to the socketed end of 125/110mm R/S trap. Apply rubber lubricant on WC connector ring as well as outer side of water closet (connection point) and now complete the joint by pushing the WC to home of 125mm socket of the trap.
a-8 PVC (Rigid) Pipes and Fittings:
63mm (O.B.) PVC Pipes to be used for these works either in antisyhphonage system or else where, should be of “Quick Fit” Pipes Class 2 (4 Kg. F/Cm2), Quick Fit. Pipes have one end socketted.
The PVC (Rigid) fittings, such as 63mm elbow, 63mm equal Tee 110 x 63mm reducer etc. used in the work, should be of injection moulded fittings.
21
a-9 One jointing rubber ring will be available, with each PVC (SWR) Pipe and fitting and hence, the cost of the ring will not be added in the joint.
10. Measurement:
All pipes shall be measured net/length as laid or fixed and shall be measured over all fittings such as bends, junctions, traps etc. The length shall be taken along the centre line of the Pipes and fittings. Fittings will be counted extra over.
11. Before fixing and painting, the pipe shall be tested hydraulically to a pressure 0.4 Kg./Cm2 for Pipes under IS: 1729/1964 and at a pressure 0.7 Kg/Cm2 for pipes under IS: 3989/1970 without showing any sign of leakage, sweating of other defect of any kind. The pressure should be applied internally and shall be maintained for not less than 15 seconds.
(D) WATER SUPPLY PIPES AND FITTINGS:
1. Materials:
All galvanised Iron Pipes are to be of mild steel, continuous welded, screwed tubes, medium quality confirming to ISS & bearing ISI marks, manufactured by reputed firms and approved brands as specified. The Pipes shall confirm to IS:1239(Part-I)-1975.
All G.I. Fittings shall be of “R” Brand manufactured by M/s R.M. Engineering Ltd., Ahmedabad and ‘C’ brand manufactured by Crescent Engineering works or equivalent best quality.
2. Laying of Pipes:
The layout of the mains and service pipe set etc. will be done in accordance with the drawings. The Contractor is to mark out the exact position of the pipes and fittings at site and take approval of the consultant/Engineer in-charge, before taking up the work.
3. Where the Pipes are laid, underground these must not be laid less than 450mm below ground level and coated with one coat of approved black bituminous paint. For laying the G.I. Pipes and fittings below ground level, the width and the depth of the trenches for different dimensions for the pipes shall be given as below.
Dia of Pipe Width of Trench Depth of Trench
15mm to 50mm 300mm 600mm
65mm to 100mm 450mm 750mm
The pipes shall be laid on a layer of 75mm thick sand and filed up with sand upto 75mm above pipes and the remaining portion of the trench shall then be filled up with excavated earth with proper ramming as described in “Excavation and refilling”. The surplus earth shall be disposed off as directed.
Thrust or anchor blocks of cement concrete 1:2:4 in hard granite chips shall be constructed on all bends or branches to transmit the hydraulic pressure without impairing the ground and spreading it over a sufficient area. Pipes shall not be laid to pass through manholes catch pit, drain. Where it is unavoidable the pipes shall be carried in sleeva pipes of M.S,/G.I. as approved by the consultant/Engineer-in-
22
charge. The rates should include such a situation.
4. Where pipes run along walls, the same are to be fixed to the wall with holder bat clamps/ M.S. hooks as below.
Dia of pipe in mm 15 20 25 32 40 50
Horizontal line 2M 2,50M 2.50M 2.50M 3M 3M
Vertical line 2.5M 3M 3M 3M 3.5M 3.5M
Where the pipes are passing through the RCC/Masonry wall/ column/beam or pillars, these must pass through the appropriate higher sizes of C.I./G.I. Sleeva Pipes and are to be included in the rates.
In case the pipes are embedded in walls and floors it should be painted with one coat of anticorrosive paint of approved quality.
All pipes should be fixed horizontal and vertical. For taking the pipes through the walls and floors and roof slabs etc. the holes shall be made by filling with chisel or jumper and not by dismantling the brick work or concrete. After fixing, the holes shall be made good with cement concrete 1:2:4 and properly finished with cement plaster 1:4 to match the adjacent surface.
Union Nuts are to be provided in each of the vertical riser or drop on and from G.I. Tank and near the valve and as and where necessary.
5. After laying and jointing the pipes and fittings shall be inspected under working condition of pressure and flow. Any joint found leaking pipes should be removed and replaced without extra cost. The pipes and fittings after they are laid shall be tested to hydraulic pressure of 6 Kg/Cm2. The test pressure should maintain without loss of for at least half an hour.
6. Painting:
On completion of the test, the exposed pipes and fittings are to be painted with two coats of synthetic enamel paint of approved colour and brand over a coat of priming.
7. Measurement:
The length shall be measured in running meter correct to centimetre for the finished work, which shall include the pipes and fittings such as Bends, Tees, Elbows, etc., but excludes brqss or Gun-metal fixture like Tap, Cocks, Valves, PVC connection Pipes etc.
8. Ball Valve:
The ball valve shall be high or low pressure class as stipulated in the Tender Schedule and shall confirm to IS:1703/1968. The nominal size of ball valve shall be that corresponding to the size of pipe for which it is used. The ball valve shall be of brass or gun metal and the float for low pressure in polyethylene and for high pressure in copper.
Each and every ball valve while in closed position shall with stand an internally applied hydraulic pressure of 20 Kg/Cm2 for a minimum period of two minutes without leakage or sweating.
Every high pressure ball valve when assemble in working condition, with the float immersed to not more than half its volume shall remain closed against a test pressure of 10.5 Kg./Cm2 and a low pressure ball valve against a test pressure 5.3
23
Kg./Cm2.
Polyethlene floats shall be water tight and non absorbent and shall not contaminate water and with no jointing adhesive jointing parts.
The minimum thickness of the copper sheet used for making copper floats shall be 0.45 mm. The thickness of materials of the float shall be uniform throughout.
9. Ferrule:
The ferrules for connection with C.I. main shall generally confirm to IS:2692/1964 and shall be of nominal bore as specified. The ferrule shall be fitted with 3 screw and 1 plug or valve capable of complete cutting off the supply to the connected pipe as and when required. For fixing the ferrule the C.I. main shall be drilled and tapped during non supply hour at 45 degree to the connected pipe as that when required. The ferrule must be so fitted that no portion of the sunk shall be left projecting with in the main on which it is fitted. After the ferrule is connected, one C.I. bell mouth cover or with bricks ( as specified) shall be kept over the ferrule to cover the ferrule to protect it and the cost thereof is to be included in the item, even if there is no mention.
10. Non-return valve(Check Valves):
The Non-return valve shall be of Brass or Gun-metal and shall be of horizontal or vertical flow type and of the size as specified and confirm to IS:781/1959 and IS: 778/1957. The approximate weight of the valves are given below.
Dia in mm Horizontal type in Kg. Vertical type in Kg.15 0.30 0.2520 0.55 0.2525 0.90 0.7532 1.25 0.9040 1.70 1.2050 2.90 1.4565 5.25 2.1580 7.70 4.10
(+/-) Tolerance 5%
11. Foot Valve:
Foot valve is generally placed at the lower end of the suction pipe of the centrifugal pump to prevent the suction pipe from emptying. On vertical non-return valve may also be fixed in place of foot valve.
The foot valve shall confirm to ID: 038/1967.
12. Water meters (Domestic types):
Water meter upto 50mm nominal size shall confirm to IS: 770/1968. The meter body shall be of bronze/Gun metal and marked to read in litres complete with registration box and lid. The water meters shall be provided with Strainers. Strainers shall be of material which is not susceptible to electrolyte, clean and shall be fitted on the inlet side of water meter. It shall be possible to remove and clean the strainer and not permit disturbing the registration box. The offer should include the same. The water meters shall bear ISI Mark.
13. Bib cock and Stop Cock:
24
These shall confirm to IS: 781/1967 and bear ISI mark. The Bib cock is a draw off tap with a horizontal inlet and free outlet and stock cock is a valve with a suitable means of connection for insertion in a pipe line for controlling or stopping the flow. This shall be of screw own type. The stop cocks should be of C.P. concealed stop cocks and C.P. angle valves type as specified in tender schedule. Bid cocks should be also C.P. Brass bib cocks.
14. Fullway Valve(Brass):
Fulway valve is a valve with suitable means of connection for insertion in a pipe line for controlling or stepping the flow. The valve shall be of brass fitted with a cast iron wheel and shall be of gate valve type confirming to IS: 780-1960, opening fullway and of the size as specified.
Dia in mm Flanged End Valve in Kg. Screwed End Valve in Kg.
15 1.021 0.567
20 1.503 0.680
25 2.498 1.077
32 5.232 1.559
40 6.082 2.268
50 6.691 3.232
65 10.149 6.840
80 13.381 8.845
15. Gun-Metal Full way Valve:
This shall be of the Gun-Metal fitted with Wheel and shall be of Gate Valve type opening full way. This shall confirm to IS: 778-1971. Class-I. The valves should bear ISI mark.
25
TECHNICAL SPECIFICATION FOR STONEWARE PIPE ETC.
1. Stoneware Pipes (Materials)
The S.W. Pipes and Fittings should be of Grade “A” confirming to IS: 651-1965. The Pipes shall be sound, free from visible defects such as fire crack or hair crack and flaw or blister. The pipes shall give a sharp clear line when struck with a light hammer and should be perfectly salt glazed.
Internal dia of pipe in mm Thickness of the Barrel Weight of Each pipe in Kg.
100 12 14
150 16 22
200 17 33
230 19 44
250 20 52
300 25 79
350 30 100
400 35 125
450 38 147
The length of Pipes are 600 mm exclusive of the internal depth of Socket.
2. Excavation of Trench for laying Sewer Pipes:
The trenches for the Pipes shall be excavated to the lines and level as directed. The bed of the trench shall have to be evenly dressed throughout from one change of grade to the next. The gradient is to stout by means of sight rails and boning rods and required depth be excavated at any point. The depth of the trench shall not less than one metre, measured from top of the pipe to the surface of the ground under roads and not less than 0.75 Mtr. elsewhere. The width of the trench shall be the nominal diameter of the pipe plus 400mm. The bed of the trench if in soft or made up earth, shall be well watered and rammed before laying the pipes and the depressions if any shall be properly filled with sand and consolidated in 200mm layers. Depending on soil condition piling may even be necessary if so desired by the consultant/ Engineer-in-charge. If rock is met with, it shall be removed 150mm below the level of the Pipe and the trench will be refilled with sand and consolidated.
The excavated materials shall not be placed within one Mtr. or half of the depth of the trench whichever is greater, from the edge of the trench.
The trench shall be kept free from water, shoring and shuttering shall be provided wherever required. Excavation below water table shall be done after dewatering the trenches.
After excavation of the trench is completed foundation of cement concrete 1:3:6 in hard granite metal (size 25 to 40mm) shall be laid with proper level all along under the length of the pipe with haunching or all around concrete as per drawing.
3. Laying jointing haunching, of the pipes and fittings:
26
Drain pipes (S.W. pipes & other pipes used for drain and Sewer) shall be laid in straight lines and to the even gradients as shown in the layout drawings.
The socket end of the pipes shall face upstream. Adequate care shall be exercised in setting out and determining the level of the Pipes and the Contractor shall provide suitable instruments, templates, sight rails, boning rods and other equipments necessary for the purpose. In the case of Pipes with joints to be made with loose collars, the collars shall be slipped on before the next pipe is laid. In those joints a tight ring of twisted tarred jute soaked in cement mortar filling to ensure proper alignment and prevent Cement entering the Pipes. Cement compound joints is to be finished with proportion 1:1 with 45 degreee bevelling. The joints are to be kept wet with wet bag until the same are properly set with. The cement mortar joints shall be cured at least for 7(seven) days.
In the case of S.W. Pipe joints(socket and spigot), they should be caulked first with tarred jute(Spun) of required diameter, almost quarter depth of the socket, after which cement mortar 1:1 is pushed in with wooden chisel and finishing bevelled at outside at 45 degree. Instead of jute of hemp rubber gasket of proper size may also be used. The whole joint must be cured for not less than three days. In case of Pipes less than 250mm dia, joints should be made at ground level with three Pipes at a time and for larger ones two pipes at a time and after curing they should be soiled in foundation with the help of the ropes. Al pipes should be properly haunched with cement concrete 1:3:6 with hard granite metal of size 25mm to 40mm as shown in the drawing. Where the pipes are crossing the drain or road, all-round concrete 1:3:6 with hard granite metal of size 25mm to 40mm is to be done to 150mm thick over the barrel of the pipe.
The whole of the drain work shall be tested when laid, and at the completion of the contract to the satisfaction of the consultant/ Engineer-in-charge and shall be re-tested if necessary, untill found satisfactory. The test shall be made by means of water under pressure at the highest point of the section under test and providing an air pipe at the lower end of the line. Maximum head of 5(five) feet ( 1.5 Mtr.) must be maintained.
4. Excavation & Re-filling:
Excavation for drain and pipe trenches shall be straight and to the correct depth and gradient. The trench bottom shall be of sufficient width to allow working space for pipe jointing.
Excavated materials shall be dumped away from the side as directed by the Engineer-in-charge. Suitable precautions are to be taken to prevent inflow of water into the excavated area, during construction.
The Contractor at his own expense shall pump out or otherwise remove any or all water, which during the continuance of contract, may be found in the excavated trenches to keep the trench clear of water during the work under progress.
No excavation for Pipe line shall be filled and line covered, until the line therein has been passed and tested.
5. Buried Services:
All Pipes, Cable mains and other services exposed by the excavations shall be effectively supported by timbering or other means for which no extra payment will be allowed. The Contractor shall be responsible for any damage occuring to burried services and make good the same at his own cost to the satisfaction of the Consultant/Engineer-in-charge.
6. Trench condition:Where a trench is excavated and refilled after laying the Pipe, Settlement of the earth in the refilled trench take place. The filling above the top of pipe, settles relatively, more than the sides of the trench, thereby developing frictional resistance. The contractor is
27
required to take special precaution against this while refilling the trenches, procedure for back filling as stipulated earlier should be strictly followed.
7. Inspection Chambers/Man holes:
At every change of alignment, gradient or diameter of a drain, there shall be a man hole or inspection chamber. The maximum distance between Manhole chamber shall be 30 Mtrs. For the lines laid straight. All manholes and inspection chambers shall have a internal dimensions as shown on drawing and BOQ. The depth of invert shall be according to the gradient. The foundation for Manhole shall be 150mm thick and with cement concrete 1:3:6 hard granite metal of 25mm to 40mm size. The concrete shall project 75mm beyond the external faces of the brick work.
The brick masonry shall be done in cement mortar in the proportion of 1:4 and thickness of the brick shall should be 200mm /250mm thick upto 1200mm depth from Ground Level and beyond that the wall thickness shall be maintained 300mm/375mm. Both the inside and outside surface of the walls of the chamber, shall be finished with cement plaster 1:4. In addition to this, the inside surface should also be provided with cement punning.
On the top of base slab channelling on cement concrete 1:2:4 with granite chips is to be done keeping the diameter equal to the dia of drain pipe and depth equal 1/4” of the dia of pipe. The channel, should be done longitudinally at the centre, connecting both the ends of the pipe. The channel is to be haunched up with concrete ( 1:2:4a with hard granite chips of size 200mm and below) sloping upwards from the edge of channel to meet the side of chamber at gradient of 1:6. The channel and benching are to be finished smooth and cement mortar 1:4 and punning.
Sewers of un-equal sectional area and branch sewers shall not be jointed at the same invert in a Manhoole inspection chamber unless it is unavoidable. The branch sewers should deliver sewage in the manhole in the direction of main flow and the junction must be made with case so that the flow in the main is not impeded. Channels for drains coming from the side of the Manhole chamber, shall be cured to meet the main drainage channels.
the Manhole and Inspection Chambers shall be covered with RCC cover slab or thickness 100mm to 150mm according to the requirement at site. One C.I. Manhole cover of diameter and weight as stipulated in the tender schedule shall be fixed, on the cover slab. Unless otherwise mentioned the C.I. cover and Frames and shall confirm to IS: 1726/1960. Heavy duty covers etc. under heavy vehicular traffic condition and capabale of brearing wheel loads upto 11.25 Torn are to be used and medium duty under light type wheel traffic loads and light duty for domestic premises are to be used. Covers and Frames shall be clearly cast, double water seal type and they shall be free from air and sand holes. The cover shall be gas tight and water tight with propern water seal. The C.I. Cover and Frame shall be coated with two coats of black bituminous paint. The frame of Manhole cover shall be fixed onnthe slab while the slab is casted.
8. Gully Trap Chamber:
The size of Chamber for 1500 x 100 mm S.W. Yard gully shall be 300 x 300 mm (inside). Foundation 100mm thick in Cement concrete 1:3:6 in hard granite metal of size 25mm to 40mm. The foundation should project 75mm, from outer surface of wall brick work in cement mortar 1:4, 100mm/125mm thick, depth upto 600mm maximum. The finishing of masonry walls both inside and outside should be done in cement mortqar 1:4 Cement punning should be provided on the inner surface. One C.I. frame and cover of clear opening 300 x 300mm (Wt. 7 Kg.) shall be fixed on the top of chamber, duly embedded in C.C. 1:2:4 with hard granite chips and finished with cement plaster 1:4. The trap should be buried in cement concrete 1:2:4 in hard granite chips upto the mouth and one C.I. grating of size 225mm x 225mm are to be fixed on the top of mouth of gully
28
trap to arrest rubbish.
GENERAL TECHNICAL SPECIFICATION OF MATERIALS FOR INTERNAL ELECTRIFICATION WORKS
1. Switches & Plug Sockets:-
All switches, 5A plug sockets, power plug sockets and telephone sockets shall be flush mounting type with ISI mark. The switches and plug sockets shall confirm to IS: 3854/1988, IS: 1293/1988, IS:6538/1971 & IS: 4615/1968. Solid state stepped and flush mounting type fan regulators shall be used.
2. Wires:-
The wires used for internal electrical wiring shall be of single core PVC insulated 650/1100V grade standard copper conductor wires ( suitably colour coated to distinguish different phases and neutral) with ISI mark. The wires shall confirm to IS: 694(Part-I & Part-II)/1964. The minimum cross sectional area of conductors for the different uses shall be as specified below.
(a) Lighting point wiring : 1.5 Sqmm.
(b) Power point wiring : 2.5 Sqmm.
(c) HPSV Luminaries : 2.5 Sqmm.
(d) Circuit wiring : 2.5 Sqmm.
(e) Sub-main wiring : 4.0 Sqmm.
3. PVC Conduit and Accessories:-
All PVC conduits shall confirm to IS: 2509/1963 and their accessories to IS:3419/1965. The conduits may be either threaded type or plain type and shall be used with the corresponding accessories.
4. Metal Boxes (Switch Boards) :-
Metal boxes for switch boards shall be made of M.S.sheet and round junction boxes shall be made of cast iron. The minimum wall thickness of M.S. boxes shall be 1.5mm and cast iron boxes shall be 3 mm. All metal boxes shall be provided with a cover of bakelite sheet not less than 3mm thick, fastened to the box with screws and wahsers. The boxes shall be painted both inside and outside with two coats of anticorrosive nprimer and two coats of enaamelled paint of approved shade. Adequate numbers of half punched holes shall be provided for conduit entry.
The following sizes of M.S.Boards shall be used.
Switch box size
29
Length Breadth Height
100mm 100mm 50mm
100mm 100mm 65mm
150mm 100mm 65mm
200mm 150mm 65mm
250mm 200mm 65mm
300mm 250mm 65mm
450mm 300mm 65mm
5. Angle/Batten/Pendant Holder & Ceiling Rose:-
Bakelite/ PVC type 5A, 250V, Angle Holders, Batten Holders, Pendant Holders & three way ceiling rose confirming to IS:732(Part-2)/1982 & IS:371/1979 with ISI mark shall be used.
6. Distribution Boards:-
All the L.T. Distribution Boards shall be suitable for operation in 3 phase/ single phase, 415/240 Volts, 50Hzs. All Distribution Boards shall generally confirm to all relevant Indian Standards amended up to date.
Distribution boards shall be of wall/ floor mounting type and totally enclosed having hinged doors, dust, damp and vermin proof construction. These should be made out of CRCA sheet steel and the enclosure should be acid treated for rust proofing, throughly cleaned, painted with two coats of anti-corrosive primer and two coats of white enamel paint for interior and industrial grey enamel paint for exterior. All doors and covers shall be fully gasketed with neoprene PVC strips and shall be lockable.
Knock out holes of appropriate sizes and number shall be provided on detachable plates in the board in confirmity with the location of incoming and outgoing cables/ conduits. All items of switch gears shall be readily accessible and all connections including those of instruments and apparatus be easily traceable.
The busbars and inter connections shall be made through electrolytic annealed copper of rectangular cross section suitable for carrying full load current for phases & neutral busbars. The maximum current density shall be 1.00 Amp/sqmm for Aluminium and 1.25 Amp/sqmm for copper busbars. The busbars shall be supported on SMC/ DCM/ Glass fibre reinforced polyster insulators at regular intervals. The minimum clearance between the phases shall be 25mm and between phase and earth shall be 20mm. The entire busbar shall be covered on the front with a backelite sheet barier.
Wire interconnections shall be colour coded and connected to terminals only by
30
soldered lugs, crimped lugs without cutting away the strands. No interconnecting wires shall come in contact with the live busbars other than the terminal points. The arrangement of busbars shall confirm to IS:375/1963
An enamelled danger notice plate shall be provided on the boards connected to medium voltage supply & above.
Adequate space shall be provided for accomodating various instruments. These shall be accessible for testing and maintenance without any accidental contact with live part of the circuit breakers, switch-gears, busbars and interconnections. The indicating lamps shall be provided with individual switch fuses. The voltmeters shall be provided with fuses for each phase. The control wires shall be of 2.5sqmm copper for CT circuits and 1.5sqmm copper for the rest.
A separate tamper proof compartment with locking arrangements as per the requirements of the supply authority shall be provided for housing of the energy meters.
The out-door distribution boards shall be of floor mounting type, totally enclosed weather proof having slanting roof. The OFPs shall be fabricated with M.S. angle frame and M.S. base channel. The cubicle shall be made out of minimum 2.0 mm thick CRCA sheet steel and of double door version. The OFPs shall be designed to mount on masonry plinths and shall be of robust construction to withstand vehicular vibration.
Cable compartments of adequate size shall be provided for easy termination of all incoming and outgoing cables entering from bottom or top. Proper cable supports shall be provided in cable compartments. All incoming and outgoing terminals shall be brought out to terminal blocks or to an extended rigid strip directly from the switchgeat/breaker. Separate cable compartments shall be provided for incoming and outgoing cables. A light point controlled with a door switch and fuse shall be provided inside the cubicle for lighting of the interior when the door is open.
7. Miniature Circuit Breaker(MCB):-
The miniature circuit breakers of approved make shall be ISI marked and fully automatic with provision of thermal and magnetic tripping arrangements. All MCB shall be of minimum 9KA short circuit rating and confirm to IS:8823/1993 & BS:3871.
8. Switch Dis-connector Fuse Units (SDFU):-
The Switch Dis-connector Fuse units (SDFU) shall be double break type of integral switch with quick make and break machanism and ISI marked. The fuses shall be completely isolated when the switch is OFF. The ON and OFF position of the switch shall be clearly indicated. The door interlock with defeat mechanism shall be provided in all SDFU.
9. Change over Switches: -
The changeover switches shall be load break types having three distinct position of operation. The ON and OFF positions of the switch shall be clearly indicated. The door interlock with defeat mechanism shall be provided for switch units confirming IS:8623/1977. The changeover switches shall confirm to
31
IS:4064/1978 and IEC:408 and bear ISI mark.
10. Energy Meters (KWH Meter) :-
The Energy Meters (kWh meter) shall be either whole current or CT operated type. These shall be duly tested and calibrated by the supply authority prior to fixing and necessary test certificate shall be furnished.
11. LT Power Cables :-
The LT power cables shall be of PVC insulated and PVC sheathed. 1100 Volt grade. multi core HI wire/strip armoured, stranded alumin conductor cables and should bear ISI mark. The cables shall confirm to IS:1554(Part-I)/1976.
12. Fluorescent Fittings :-
The Box type fluorescent fittings shall be used. All Fluorescent fittings shall be complete with all standard accessories as per specification such as choke, capacitor, starter and lamp holder etc. duly factory wired. Provision shall be extended to earth all the metallic part of the fixtures and all the detachable metal parts such as stove enamelled reflector of industrial fitting, metallic louver of mirror optic fitting etc. shall be provided with loop earthing by flexible wire. The choke shall be copper wound and polyester filled. Power factor improvement capacitor shall be provided confirming to IS:7752(Part-I)/1975 and of such rating to improve the power factor to 0.9.
13. Incandescent Fittings :- The following type incandescent fittings shall be used.
(a) Wall bracket type
(b) Bulk head type
These shall be complete with all standard accessories as per specification and provision for earthing the metallic parts of the fitting.
14. Street Light Luminaries :-
The following type of street light luminaries shall be used.
(a) Fluorescent street light fitting
(b) HPSV street light fitting
These shall be complete with all standard accessories as per specification such as ballast, capacitor, igniter, starter, lamp holder etc. and shall have provision for earthing of all the metallic parts of the fitting. The luminaries shall in general confirm to IS:10322(Part-1 to Part-5).
15. Ceiling Fans :-
32
The ceiling fans shall be suitable for operation on 230V 50Hz single phase supply. The fans shall consist of all standard accessories such as suitable length down rod, canopies, fan blades, capacitors and solid state stepped type flush mounted speed regulator. The fan shall be with double ball bearing. These fans shall confirm to IS:374/1979 with amendment number 1,2 & 3.
16. Exhaust Fans :- The exhaust fans shall be suitable for operation on single-phase 230V 50 Hz supply. The fans shall consist of all standard accessories such as impeller blade, fixing frames, capacitors, anti vibration pads etc. The exhaust fan motor shall be continuous rated, totally enclosed with double ball bearing. Gravity louver shutters made out of aluminium sheets with a steel frame/wire guard shall be provided with these fans. These shall have IP 44 degree of protection. The exhaust fans shall abear ISI mark and confirm to IS: 2312
17. Pre-stressed Concrete Poles :-
The Pre-stressed concrete poles (PSC Pole) shall be designed considering a working load of 200 Kg applied at 0.6 metre from the top of the pole. All other design parameters shall conform to IS:1678/1978 and REC specification number 15/1979.
Hand compaction of concrete shall not be allowed. Separate eye hooks shall be provided for easy handling and transport separated by a distance not more than 15% of overall length of pole. A 8 swg GI earth wire shall be embedded in concrete during manufacture with its ends welded to nuts suitable for 16mm dia bolts and placed at 1500mm from bottom and 250mm from the top and shall not come in contact with prestressing wires.
The testing of PSC poles shall be carried out as per IS: 2905/1966. The poles shall be clearly marked with the following particulars.
(I) Month & Year of manufacture
(ii) Transverse strength of pole in Kg.
(iii) Maker’s serial number and trade mark
18. Rolled Steel Joist Poles :- The Rolled Steel Joist Poles (RS Joist Poles) shall be fabricated from ISMB of suitable cross section and length, welded with a M.S.base plate of minimum 300mm x 300mm x 6mm size and painted with a single coat of black bituminous paint upto the planting depth and rest with red-oxide primer. Earthing arrangement shall be made by drilling a hole of 18mm diameter at a height 1200mm above the planting depth. As far as practicable, welding of different lengths of ISMB should be avoided.
19. Structure Materials & Cross Arms :-
The structure materials for DP structure shall be fabricated with specified sections of M.S.materials as per the drawing and bill of quantity. These structure materials and cross arms shall be fastened with clamps or other structure materials by means of 5/8” dia GI bolts of appropriate length only. After fabrication or erection the structure materials shall be painted with two
33
coats each of red oxide primer and aluminium paint.
20. Lighting Arrestor :-
Non linear resistor type of distribution class lightning arrestor with 12KV RMS voltage rating shall be used. The lightning arrestor shall confirm to IS:3070(Part-I/1974.
21. Air Break Switch :-
The Air Break Switch shall be two-insulator version horizontally mounted type. The switch blades and spring-loaded contacts shall be made of silver-plated copper. The vertical operating shaft shall be provided with guide clamps at suitable intervals and pad locking arrangement in both “ON” and “OFF” position. The Air Break Switches shall confirm to IS:1818/1972.
22. Horn Gap Fuse :-
The Horn Gap Fuse shall confirm to IS: 1818/1972.
23. Transformer :-
The design, manufacture and testing shall confirm to IS:2026 and the overloading of transformer shall be permitted as per IS:6600 considering permissible maximum temperature rise as specifiedn in IS:2026. The transformer shall be suitable for outdoor installation without any cover.
The transformer shall be designed for an ambient temperature of 50 degree celsius (maximum); 5 degree celsium(minimum); relative humidity of 100% and supply system of 11000/433 volts, 50 HZ, 3 phase & neutral earthed on secondary side. The transformer shall be copper wound, ONAN cooled and belong to DY11 vector group.
The core of the transformer shall be made up of cold rolled grain oriented low loss steel stampings. The winding shall be made of copper on both primary and secondary. The HV side shall be delta connected and LV side star connected. The LV bushings shall be provided inside a cable end box containing suitable extension of busbars made of same materials to that of the winding. The neutral terminal shall be brought out for solid earthing.
The following accessories and fittings shall be provided with the transformer.
a. Lifting lugs shall be provided to lift the active part of the transformer alongwith the cover without disturbing the connections as well as the complete transformer.
b. Uni-directional rollers shall be provided on M.S.base channels to facilitate the movement of transformer.
c. Oil conservators shall be provided with welded end plates with a bolting facility with the top cover so that it can be transported separately. An oil level gauge shall be fixed on it with minimum and maximum oil level marking. An oil-footing hole with a cap and drainage hole and plug shall be provided in the conservator tank. The connection pipe between the conservator and main tank shall project inside the conservator.
34
d. An air release valve shall be provided on the top of the tank cover to facilitate the release of air during filling.
e. A dehydrating silicagel breather of sufficient capacity with transparent outer cover made of PVC for easy indicating shall be provided.
f. An adequate size of drain cum-oil filter valve at the bottom and oil filter valve at the top of the tank shall be provided.
g. An explosion vent having an aluminium vent foil inside M.S. pipe shall be provided on the top of the tank.
h. A rating plate indicating the details of transformer, vector group, connection diagram, tap changing diagram and manufacturer name and address shall be fixed on the tank at a place visible easily.
i. First filling of transformer oil.
INSTALLATION1. Portions of wiring
(a). Point wiring :-
Point wiring shall consist of a switch on the board and wiring upto termination point via the control switch and neutral. Wiring of light points and fan points shall be carried out with minimum 1.5sqmm copper conductor wire. All length of points shall be considered as one point. The wiring whether concealed or surface shall be easily accesssible for inspection. Power and Heating sub-circuits shall be kept separate and distinct from lighting and fan sub-circuits. The balancing of circuits in three phase installations shall be arranged before hand. Medium voltage wiring and associated apparatus shall comply in all respectwith the requirements of rules 50,51 and 61 of Indian Electricity Rule-1956.
The position of runs of wiring and the exact position of all points, switch boards, distribution boards shall be marked in the building for approval of Engineer-in-charge prior to execution. The wiring shall be carried out in looping back system in which the phase conductor shall be looped at the switch box and that of neutral at the junction box and point terminals. In no case joint shall be made bare or by twisting the conductors. Lights and fans may be wired on a common circuit. For the purpose of determining load per circuit, the following ratings per points shall be assumed.
(a) Light points (Incandescent) : 60 watts
( 4’ flourescent tubes) : 40 watts
( 2’ flourescent tubes) 20 watts
(b) Ceiling fan points : 80 watts
(c) Exhaust fan points : 100 watts
(d) 5 Amp plug points : 100 watts
(e) 15 Amp plug points : 1000 watts
35
Unless and otherwise specified the following minimum mounting height of the bottom most part of the fittings and fixtures from the finished floor level shall be maintained.
(a) Branch Distribution Boards : 2.130 metre
(b) Switch Board : 1.300 metre
(c) 5A & 15A plugs on separate board : 0.300 metre
(d) Ceiling fan : 2.750 metre
(e) Light fittings : 2.600 metre
(f) Telephone outlets : 0.300 metre(b).Circuit wiring :-
Circuit wiring shall mean wiring from BDB upto the junction boxes for switch boards. The minimum size of conductor for circuit wiring shall be 2.5 sqmm copper. A circuit shall not contain more than 2 number power plugs.
(c).Sub-main wiring :-
Sub-main wiring shall mean wiring from Main switch/ Meter board upto BDB/SDB. The minimum size of wire shall be 4.0sqmm copper. There shall be no jointing of wires as far as practicable. PVC ferrules shall be provided at both the ends of the wire for easy identification.
(2).Type of wiring :-(a).Concealed PVC Conduit wiring :-
The concealed non-metallic conduit wiring shall be completed in the following three phases.
(a) Conduit laying in roof before casting.
(b) Conduit laying in walls & fixing of switch board before plastering
(c) Wire drawing inside conduit, fixing of switch, socket accessories, testing of installations complete.
The size of conduit shall be so choosen that the wires provided inside shall not occupy more than 50% of the cross sectional area. The maximum permissible number of single core wires, which can be drawn inside non-metallic conduit shall be as per the table given below.
Size of wire in sqmm Size of conduit in mm ( Maximum no. of wire permissible)
Remarks
16 20 25 32 40 50
1.0 sqmm 5 7 13 - - -
36
1.5 sqmm 4 6 10 - - -
2.5 sqmm 3 5 10 - - -
4.0sqmm 2 3 6 10 - -
6.0 sqmm - 2 5 9 - -
10.0 sqmm - - 4 7 9 -
A detail conduit route lay out avoiding unnecessary crossing shall be prepared by the contractor and get it approved from Engineer-in-charge prior to laying of conduit in roof slab. The conduits and junction boxes shall be rigidly tied to the reinforcement of the slab. The junction boxes shall be provided 300mm off the centre for 4’ long tube light fitting. Dummy or spare conduits shall be laid wherever required as per direction of Engineer-in-charge.
The conduit and the switch boards shall be fixed in the wall by cutting chase and neatly finished with plastering after fixing. All curves in the conduit pipe shall be made by bending pipe with a long radius which will permit easy drawing of conductors. The MS.boxes shall be privded with temporary covers to safeguard against filling of cement mortar etc. within the tendered cost.
The wires shall be properly colour coded and carefully drawn inside the conduit through use of fish wire. Earth continuity conductor shall suitably earth all the metal boards. Wires of different phases from different circuits shall not run in one conduit.
(b).Surface PVC Conduit wiring :-
The surface PVC conduit wiring shall be made by rigid PVC conduits and completed in one phase only. The size of conduit shall be so chosen that the wires provided inside shall not occupy more than 50% of the cross sectional area. The maximum permissible number of single core wires, which can be drawn inside non-metallic conduit, shall be same as per the table given for concealed non-metallic conduit wiring.
A detail conduit route layout shall be prepared by the contractor and get it approved from Engineer-in-charge prior to laying of conduit. Conduits shall be fixed rigidly by means of heavy gauge GI saddles of approved quality at an interval not exceeding 50mm and on either side of coupler and bends. Saddles shall be fixed on Nylon fill plugs of appropriate size. The conduit fittings such as inspection boxes, draw boxes, bends, elbows etc. shall be so installed that they remain accessible for purpose of drawing and removal of wires. The wires shall be properly coloured coded. All the metal boards shall be suitably earthed by earth continuity conductor.
(3). Cable Laying & Installation :-
The cable shall be of approved make and tested at factory in presence of Engineer-in-charge or his authorised representative. The cables shall be despatched to the work site packed on wooden drums with both ends properly sealed. Jointing of the cables in between the terminal points shall be avoided as far as possible. The cables shall be tested for insulation resistance by 500 volt insulation Megger. Cable loops for future requirement shall be kept at both ends as per direction of the Engineer-in-charge.One number 8 swg GI wire in case of single phase 230Vac system and 2 numbers 8 swg GI wire in case of multi phase 400V ac system shall run all along the trench or tray with the cables as earth continuity conductor. The supply and laying of
37
earth continuity conductor such as GI wire or flat shall be considered separately in the schedule of quantity.
Minimum bending radius for PVC insulated armoured cables shall be 1200 mm. At joints and terminals, the individual cores of multi-core cable should never be bent so that radius of beinding is less than 12 times the overall diameter of the cable.
The laying and installation of cable shall be carried out as per IS:1255/1983. The methods of cable laying shall be of following types depending upon the requirements.
(a) Laying directly under ground
(b) Laying along building structural elements.
(a). Laying Directly Under Ground :-
Cable trenches shall be excavated cutting all types of soil and rock upto a minimum depth of 750mm and of appropriate width ( not less than 350mm) to accommodate the cables and cable protecting materials within the tendered rate.
The sides and bottom of trench shall be dressed and filled with 75mm thick layer of fine sand. The cables shall then be laid with bricks on 8 bricks per Mitre fashion. Space between the bricks shall be filled with the fine sand upto 75mm above the top of the cable.
The trench shall then be filled up with the excavated materials free from stone and sharp edged debris and duly compacted. A crown of earth neither less than 50mm nor more than 100mm in the centre and tapering towords the sides of the trench shall be left to allow for subsidence.
Cable route markers shall be installed at salient and strategically located points parallel to and 500mm or so away from the edge of the trench for easy identification of cable routes at a maximum interval of 10 metre for straight run.
In locations such as road crossing, pipe line crossing, entry to buildings or poles in paved area etc. the cables shall be laid in pipes or closed ducts. Pipes provided for entry to building shall slope upward to prevent entry of water to the building.Stone ware, cast iron, NP-2 class RCC pipes or medium class M.S/GI pipe of appropriate diameter shall be laid during the construction to avoid damage later on. The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of the cable.
(b). Laying along Building Structural Elements :-
Cables can be routed inside the buildings along the structural elements such as walls, columns etc or inside trenches or hume pipes or GI pipes under floor. The cables shall be laid or fixed along the wall or column with the help of M.S/GI flat clamps or saddles with an interval not exceeding 0.5metre. In case of laying inside hume pipes or GI pipes, man hole chamber with RCC cover shall be provided at suitable location for easy maintenance. The cables shall not intersect each other along its route.
4. Installation of Distribution Boards :-
All distribution boards shall be installed in dry situation as near as possible to the point of supply. Main distribution boards shall be installed in well-ventilated rooms accessible to only authorised persons or recessed having locking arrangement. The distribution boards shall not be installed in damp situations,
38
in the vicinity of storage batteries, places exposed to chemical fumes or where inflamable or explosive dust, vapour or gas is likely to be present. These boards shall not be erected above gas stoves, sinks, in bath-rooms, lavatories, toilets, kitchens, places exposed to weather or within 2.5 metre of a washing unit in the washing rooms and wash basins.
Fixing of distribution boards in places likely to be exposed to weather, drip or abnormal moist atmosphere shall be avoided. Where it is unavaoidable, out door distribution boards with outer casing on the switch boards shall be installed making it weather proof.
The indoor distribution boards shall be mounted concealed or semi-concealed or surface to the wall. The panels shall be so mounted that it is accessible for fuse replacement and operation of switch-gears & breakers.
The top most height of the panel shall not be more than 2 metre from the floor level. In case of Branch Distribution Boards shall generally be installed at a height of 2.13 metre from finished floor level. A minimum clearance of 1 metre shall be provided from the surface of door opening of the boards for maintenance.
All distribution boards shall be marked lighting or power, voltage, number of phases of supply, circuit list and current rating of the circuit and rating of fuse element. Adequate space shall be provided on bottom or top or back as required for easy cable and conduit entry. The cables shall be terminated at the distribution board with corresponding size of brass cable gland. The glands shall be fixed tightly to the panel without allowing any gap or opening on the hole. The armours of the cable shall be suitably earthed. For conduit entry, PVC couplings for non-metallic flexible conduit and brass coupling for GI flexible conduit shall be used. No holes shall be kept open on any size of distribution board.
Distribution boards shall be earthed at two points from two separate & distinct earth electrodes in case of three phase boards and one point in case of single phase boards effectively by means of GI wire or flat as specified.
Installation of Fluorescent Fixtures :-
The fluorescent fixtures shall be either directly fixed on walls/ceiling or suspended from ceiling of buildings. The contractor shall make proper marking for alignment and level of fitting as per the drawing prior to installation and get it approved from Engineer-in-charge. The contractor shall assemble and install the fittings as per the manufacturer’s instructions. Connection from ceiling rose or connector shall be done with flexible copper cord. Each fitting shall be effectively earthed.
In case of fitting being suspended from ceiling, the same shall be fixed by means of two numbers 16 SWG stove enamelled M.S.conduit down rods along with cast aluminium ball sockets, conduit check nuts, circular Bakelite cover etc. The down rods shall be painted with 2 coats of enamel paiant of approved shade. The fixing arrangement to the ceiling shall be capable of sustaining the entire load of fitting and down rod. The minimum mounting height of the fitting shall not be less than 2.5 metre from the finished floor level.
6. Installation of Incandescent Fittings :-
The incandescent fittings shall be rigidly fixed to wall or ceiling using Bakelite sheet. The metal parts of the fitting shall be effectively earthed by the earth continuity conductor. The bulkhead fittings shall be recessed mounted on wall
39
or ceiling.
7. Installation of Street Light Fittings :-
The street light fittings shall be fixed by means of either suitable GI bracket on building walls or tubular pole supports. The GI bracket shall be fixed by means of minimum two pairs of M.S. flat clamps duly painted. Loop-in-loop out junction boxes shall be embedded inside the bottom foundation of the support/ nearby wall wherever required. The wiring to the fitting shall carried out by minimum 2 core 2.5 Sqmm PVC insulated stranded copper wire along with required copper earth continuity conductor. The fitting shall be assembled and mounted as per the manufacture’s instructions.
8. Installation of Ceiling Fans :-
Unless otherwise specified, the bottom most part of the ceiling fans shall normally be kept at a height of 2.75 metre above finished floor level. In no case, it shall be lower than 2.4 metre above the finished floor level. A minimum clearance of 300mm shall be maintained from the ceiling/beam to the plane of fan blades. The metal parts of the ceiling fans shall be effectively earthed. The wiring to the ceiling fan from the nearest point shall be carried out with PVC insulated stranded copper conductor cords. The down rod & clamp shall be painted with enamel paint of approved shade without involving any extra cost.
9. Installation of Exhaust Fans :-
Exhaust fans shall be fitted by means of rag bolts embedded in the wall. The required holes in the wall shall be made and finished neatly with cement plaster and brought to the original finish of the wall within the tendered rates. Gravity louvre shutters of suitable size shall be fixed on the outside wall covering the hole for the exhaust fan in order to restrict the inrush of rainwater etc. A wire mesh shall be provided in place of gravity louvre shutters to restrict the entry of birds where there is no chance of inrush of rainwater. All the metal parts of the exhaust fans shall be effectively earthed. The wiring to the exhaust fan from the nearest point shall be carried out with PVC insulated stranded copper conductor cords.
10. Installation of Earthing :-
The earthing installations shall generally conform to IS:3043/1966 and requirement of Indian Electricity Rules, 1956.
All three-phase medium voltage equipments shall be earthed by two separate and distinct connections with earth through earth electrodes. Single-phase equipments shall be earthed at least at one point. An earthing electrode shall not be situated within a distance of 1.5 metre from the building whose installation system is being earthed. The number of earthing may be increased to obtain the desired earth resistance. The earth resistance for various installations shall be restricted within the following maximum permissible limits.
Distribution Substations : 2 ohms
Hospital Buildings : 5 ohms
Earth continuity inside an installation : 1 ohm(From electrode to any point
40
in installation)
The following types of earthing installations shall in general be provided.
(a) Pipe earthing
(b) Coil earthing
(a). Pipe Earthing :-
Pipe earth electrodes shall be of perforated GI pipe of specified length and diameter. Galvanising of pipes shall conform to relevant ISS. The GI pipe electrode shall be provided with holes of 12mm diameter drilled not less than 75mm from each other in zigzag manner. A flange shall be welded to the electrode at the top of the pipe.
The electrode shall be buried in the ground vertically with its top not less than 200mm below the ground level. The pipe earth electrode shall be surrounded by salt and charcoal in alternate layers.
A brick masonry chamber with removable RCC inspection cover of size 300mm x 300mm shall be constructed within the tendered rate. Watering arrangement shall be made with funnel and wire mesh fixed by means of a reducer socket on the top of the electrode.
(b). Coil Earthing :-
The coil earth electrode shall be made out of required number of closely wound 8 swg GI wire having 2 metre long lead at one end. Galvanising of wires shall conform to relevant ISS. The electrode shall be buried in the ground vertically with its top not less than 1200 mm below the ground level. The coil earth electrode shall be surrounded salt & charcoal in alternate layers.
11. Installation of Earthing Leads :-
The earthing leads shall be either wires or strips of adequate size as specified. The GI leads shall be connected to the electrode by means of 16mm diameter GI nut bolts with flat & spring washer and the tinned copper leads shall be connected to the electrode by means of 16mm diameter brass nut bolts with flat & spring washer.
All earth connections shall be visible for inspection. The portion within the building shall be recessed or clamped at not more than 500mm interval in the walls/columns/beams etc. and recessed in the floors. Joints in the earthing lead within the earth electrode and apparatus shall be avoided.
TESTING
Before a completed installation or an addition to an existing installation is put into
service, the following tests shall be carried out by the electrical contractor in presence of
Engineer-in-charge.
(I) Polarity test
(ii) Insulation resistance test
41
(iii) Earth continuity test
(iv) Earth electrode resistance test
1. Polarity Test:-
It shall be ensured by this test that the single pole switches have been fitted on the live
side of the circuit they control. In a two-wire installation, test shall be made to varify that all
switches in every circuit have been fitted to hase conductor or non-earthed conductor of
the circuit. In three or four-wire installation, test shall be performed to verify that every
non-linked single pole of switch is connected to one of the phase conductor of supply.
2. Insulation Resistance Test:-
The insulation resistance shall be measured by applying between earth and whole system
of conductors or any section thereof with all fuses in place and all switches closed and
except in earth concentric wiring, all lamps in position or both polesn of installation
otherwise electrically connected together, a d.c voltage of not less than twice the working
voltage, provided that it does not exceed 500 volts for medium voltage circuit. The
insulation resistance of an installation measured as above shall not be less than 50 Mega-
Ohms divided by the number of points of the circuit provided that the whole installation
shall be required to have insulation resistance greater than one Mega-ohm.
3. Earth Continuity Test:-
The earthn continuity conductor including metal conduits and metalic envelope of cables
in all cases shall be tested for electric continuity and electrical resistance of the same
along with the earthing lead shall not exceed 1 ohm.
4. Earth Electrode Resistance Test:-
The resistance of each earth electrode shall be tested with an earth tester and the
combined earth resistance of the earth grid of an installation shall be maintained as
mentioned below.
Distribution Substations : 2 ohms
Hospital Buildings : 5 ohms
Earth continuity inside an : 1 ohm (From electrode to any point in
installation installation.)
The completed installation shall be taken over only if the results obtained from the above
tests are within the limits mentioned above and in accordandce with I.E. Rules. On
completion of testing of installation, a certificate shall be furnished by the contractor
countersigned by the certified supervisor having a valid electrical supervisory licence
issued by Electrical Licensing Board of the State Government under whose direct
supervision the installation was carried out. This certificate shall be in a prescribed form
obtainable from local supply authority.
42
ANNEXURE
LIST OF APPROVED MANUFACTURES FOR ELECTRICAL WORKS
1. LIGHTING PANEL /
RECEPTACLE PANEL
(INDOOR)
: INDO ASIAN / MDS / STANDARD / HAVELLS / ESS / TECHNOCRAT / ORISTEEL
2. MCB : INEO ASIAN / MDS / STANDARD / HAVELLS / EE / L & T / HPS / MG
3. ELCB : EE / INEO QWIQN / MEW / HAVELLS / STANDARD
4. RECEPTACLES FOR 5A AMPS. AND 15 AMPS., SWITCH-5 AMPS. & 15 AMPS
: ANCHOR / SSK / VETO / PRECISION / MK ELECTRICAL
5. RECEPTACLE FOR INDUSTRIAL
: INDO ASIAN / MDS / STANDARD / HAVELLS / CROMPTON GREAVES
6. WIRE : KDK / NATIONAL CABLES CO. / ANCHOR / RAJANIGANDHA / FINOLEX OF 1100 V GRADE
7. LIGHTING FIXTURE : PHILIPS / CROMPTON / BAJAJ / ANCHOR / PAC
8. CEILING FAN : KHAITAN / USHA / BAJAJ / CROMPTON / GEC / ALMONARD / POLAR
9. EXHAUST FAN / AIR CIRCULATOR
KHAITAN / BAJAJ / CROMPTON / GEC / ALMONARD / POLAR
10. PVC CONDUIT : BEC / PRECISION / REPUTED ISI MARKED
11. TERMINAL BLOCK : ESSEN. TEC / ELMEX
12. LAMPS : PHILIPS / CROMPTON / BAJAJ
13. TELEPHONE CABLES : DELTON / SKYTONE / NICCO / FINOLEX
14. LUGS / THIMBLES ETC. : DOWELS / INDIANA
43
GENERAL CONDITIONS
1. Drawings and specifications:
The contractor after the award of the contract and on signing the agreement shall be furnished free of cost two copies of each of the drawings, specifications, descriptive schedules and other details necessary for execution of work. All further drawings and details as may be prepared by the department/ consultant from time to time for reasonable development of the work described in the contract documents and reasonably necessary to explain and amplify the contract drawings and to enable the contractor to execute and complete the work shall also be supplied in duplicate to the contractor free of cost.Any further copies of such drawings required by the contractor shall be paid for by him.The contractor shall keep one copy of all the drawings, specifications, price schedule of items and quantities at work site and the Engineer-in-charge/ consultant/ or his authorised representative shall at all reasonable times have access to the same.
2. Contractors responsibility:
a) The Contractor shall provide at his coat every thing necessary for the proper execution of the work according to the intend and meaning of the drawings, schedule of items and quantities and specifications taken together whether the same may be of any not be particularly shown or described therein provided that the same can reasonably be inferred there from and if the Contractor finds any discrepancy in the drawings or between the drawings, schedule of quantities and specifications, he shall immediately in writing refer the same to the Engineer-in-charge/Consultant whose decision shall be final and binding.
b) Any work done at any time or even before receipt of such details shall be removed / replaced by the Contractor without any expense to owner. If the work is not in order and if so directed by the Engineer-in-charge / Consultant, error, in consistencies in drawings and local conditions effecting the works shall be brought to the notice of the Engineer-in-charge/Consultant immediately for his decision.
c) All drawings, bill of quantities and specifications and copies thereof furnished by the department Consultant, are his properly. They shall not be used on any other work and shall be returned to the Department / Consultant at his request on completion and before issue of final certificate or termination of the Contract.
d) All materials and workmanship shall be of the respect kinds described in the specification, BOQ contract and in accordance with the instruction of the Engineer-in-charge/Consultant. The contractor must satisfy himself about the same while furnishing samples for approval of the Engineer-in-charge/ Consultant, before incorporation in the works.
e) The Engineer-in-charge/ Consultant may from time to time cause at his discretion such tests on samples of materials or workmanship of all/any materials and work as he may consider necessary at places of manufacture, fabrication, on the site or at
44
such other places. The expenditure incurred for all such tests shall be borne by the Contractor.
f) All approved samples are to be preserved by the Contractor in a regular manner in the site office for inspection and verification of the Engineer-in-charge/Consultant or his representative from time to time.
3. Alteration, Addition & Omissions:
The Engineer-in-charge/ Consultant shall make any variation of the form, quality or quantity of the works or any part thereof that may in his opinion be necessary and for that purpose or if for any, other reason it shall, in his opinion be desirable, he shall have power to order the Contractor to do so and the Contractor shall do any or all of following:
a) Increase or decrease the quantity of any work included in the contract.
b) Omit any such work;
c) Change the levels, lines, position and dimensions of any part of the works and;
d) Execute additional works of any kind necessary for the completion of the work.
No such variation shall in any way vitiate or invalidate the contract, but the value of all such variations shall be taken into account and shall be added to or deducted from the contract sum accordingly, but no such variation shall be made by the Contractor without prior written instruction from the Engineer-in-charge or Consultant.
a) The schedule of quantities/ rates shall be deemed to have been prepared and included in accordance with the method of measurement of work set out and as per the relevant specifications or in its absence relevant IS: code of practice.
Any error in the specification or in quantity or omission of any item from the Schedule of Quantities/ rates shall not vitiate the contract but be adjusted by adding to or deduction from the contract sum provided that no rectification of errors, if any, shall be allowed in the contract schedule of rates.
4. Valuation of variations:
a) All extra or additional work done or work omitted shall be valued at the rates and price set out in the prices schedule of quantities, and/or derived there from. If in arriving at the contract sum, the Contractor have added to or deducted from the total of the items in the tender any sum either as a percentage or proportion, then the same percentage of proportion shall apply to all items or works in the prices schedule as also for valuation of variation.
b) If the contract does not contain any rate or price applicable to the extra or additional work, or the rate or price in the priced schedule of quantities has become in applicable in the opinion of the Engineer-in-charge/ Consultant by virtues of such addition or omission, then suitable rates or price shall be agreed such rates shall be derived by analysis based on standard schedule of rates of State PWD/ PHD or in case such is not available therein, from any approved schedule with the various elements valued at local market price plus 15(Fifteen) percent towards overheads.
45
5. The Offers are also to include:
a) To supply all materials, labour, supervision, services, supports, scaffoldings, approach road, construction equipments, tools and plant etc. as required for proper execution of all the items of the work as per drawing and specifications.
b) To provide all incidental items not shown or specified in particular, but reasonable or necessary for successful completion of the work in accordance with the drawings, specifications and schedule of quantities.
c) Cleaning, Uprooting the stumps, vegetation and old masonry etc. met in the trenches and excavation.
d) Providing shoring and shuttering to avoid sliding of soils and removal of the same or completion.
e) De-watering as required and directed.
f) Excavation at all depths (unless otherwise mentioned in schedule), stacking separately usable and disposal of surface earth and materials from site as directed.
g) Curing of all concrete and cement work as per specification and direction.
h) Centering, shuttering as required for all concrete work.
I) Bending, binding, tying the grill and placing in position, including supply of all materials and labour etc.
j) To provide water and power required for construction, testing and commissioning.
k) Testing of materials and works as per specification and direction.
46
SPECIAL CONDITION
The contractor shall abide by the Employee Provident Fund and Miscellaneous
Provision Act-1952. He should maintain wages register properly and must obtain Employees
Provident Fund Code No. and a clearance from the Regional Provident Fund Authorities to the
effect that, he has provided provident fund benefits to his labourers/employees.
Chief General Manager (P&C)
47
SCHEDULE OF ITEMSNOTES :-
1. Details of the items under this schedule shall be read in conjunction with the corresponding
Specifications, Drawings and other Tender Documents.
2. The work shall be carried out as per drawings, specifications, the description of items in the
Schedule and or Engineer’s instructions. Drawings enclosed with these documents are only
preliminary for giving some ides of the work involved. Final drawings will be issued
progressively during execution of the works.
3. Items of work provided in this Schedule but not covered in the Specifications shall be executed
strictly as per instructions of the Engineer.
4. Unless specifically mentioned otherwise in the contract, the Tenderer shall quote for the
finished items and shall provide for the complete cost towards labour, materials, plant and
machinery, operational costs, levies, taxes, insurance, consumable, scaffolding, transport,
repairs, rectification, maintenance till handing over, revenue expenses, contingencies,
overheads, watering, curing, water, power profits and all incidental items not specifically
mentioned but reasonably implied and necessary to complete the work according to the
Contract.
5. The quantities of the various items mentioned in this Schedule are approximate and may vary upto
any extent or be deleted altogether. The quoted rates of each item will remain firm as long as
the variation in the total value of the works executed under this contract including extra items, if
any but excluding any price escalation remain within +/ -25% (twenty five percent) of the
tendered value of the works. The Contractor, in his own interest, should get an indication of the
probable extent of work to be executed under any particular item in this schedule, before
undertaking any preliminary work or purchasing bought out components related to the work.
6. Rates shall be quoted both in figures and in words in clear legible writing. No overwriting is
allowed. All scoring and cancellation should be countersigned by the Tenderer. In case of illegibility,
the interpretation , the decision of the Engineer-in-charge of work shall be final. All entries shall be in
English Language. In case if on check there are differences between the rates given by the bidder in
words and figures or in the amounts worked out by him, the following procedure should be followed.
48
(i) When there is difference between the rates in figures and in words, the rates which
correspond to the amount worked out by the bidder shall be taken as correct.
(ii) When the amount of an item is not worked out by the bidder or it does not correspond with
the rate retain either in figures or words, then rate quoted by the bidder in words shall be taken
as correct.
(iii) When the rate quoted by the bidder in figures and in words tallies but the amount is not
worked out correctly, the rates quoted by the bidder shall be taken as correct and not the
amount.
7. Engineer’s decision shall be final and binding on the Contractor regarding clarification of items
in the Schedule with respect to the other sections of the Contract.
8. Unless otherwise specified all works shall be executed following relevant Orissa Standard
Specification, Indian Standard Specification, relevant IRC & MOS&T specification and all
materials shall confirm to Indian Standard.
49
FORM OF BID/TENDER
[Note: the Appendix forms part of the Bid/Tender. Bidders/Tenderers are required to fill up all the blank spaces in this Form of Bid/Tender and Appendix]
From:
[Name & address of the tenderer]
ToThe Chief General Manager(P&C),IDCO, IDCO Tower, Bhubaneswar.
Sub: Construction of balance work of Tourist Reception & Cultural Information Centre at Kendrapara.
Dear Sir,
1. Having examined the Drawings, Conditions of Contract, Specification and Bill of Quantities for
the execution of the above named works, I/We, the undersigned, offer to execute, complete
and maintain the whole of the said works in conformity with the said Drawings, Condition of
Contract, Specifications and Bill of Quantities for the sum of (Rs.................................................
...................... ...................... .....................) or such other sum as may be ascertained in
accordance with the said Conditions.
2. I/We undertake , if my/our Bid is accepted to commence the works within (Seven) days of
receipt of the Engineer’s order to commence, and to complete and deliver the whole of the
works comprised in the Contract within 6 (Six ) months calculated from the last day of the
aforesaid period in which the works are to be commenced.
3. If my/our Bid is accepted I/We will furnish a security in the form of Bank Guarantee (approved
form) to be jointly and severally bound with me/us in an amount of (Two) percent of the above
named sum in accordance with the Conditions of Contract or a Demand Draft in an amount of
(Two) percent of the above named sum in accordance with the Conditions of Contract.
4. I/We agree to abide by this Bid for the period of 120 (One hundred twenty) days from the date
of Bid opening prescribed in the general rules and guide lines to contractors and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.
5. Unless and until an Agreement is prepared and executed, this Bid, together with your written
acceptance thereof, shall constitute a binding Contract between us.
6. I/We understands that you are not bound to accept the lowest or any Bid you may receive.
7. I/We agree that we will not withdraw the bid during the period of validity of bids that will be
required for intimation of acceptance or non-acceptance as stipulated in general rules and
50
guide lines for contractors or during such extended period as agreed to by us, such period to
date from the last date by which bids are due to submitted to the (OIIDC) and if we do so
withdraw I/We shall forfeit the bid security to OIIDC.
Dated this ...........................day of .....................................2005
Signature ........................................................ in the capacity of ..................... duly authorised to sign
Bid for and on behalf of ................................... .....(in block capitals).
Name of the Witness : ................................................................
Address : ................................................................
................................................................
Signature : ................................................................
51
PREAMBLE TO THE SCHEDULE OF QUANTITIES
1. The quantities given in this Schedule of Quantities are liable to variation. Such variation in
quantities shall not, however, vitiate the contract in any way whatsoever and Contractor shall be
paid for actual measured quantities of work executed by them at the rates given in the tender.
2. The rate quoted shall include all the operations, materials, equipments etc. mentioned in the
specifications of respective items of work required to complete job.
3. The rate quoted shall include all statutory taxes in force of local body, State or Central Govt.,
such as Entry Tax, Octroi, Sales Tax, Contract Sales Tax, Royalty etc., the cost of all carriage
of materials, labour, tools and plants, curing and finishing, centering and shuttering, loading and
unloading, storage, insurance and all other incidental charges etc. complete.
4. The rates quoted in the Schedule of Quantities are to be full and inclusive of the works
described in the Schedule of Quantities, specification including all costs and expenses which
may be required for the execution of the work described together with other associated items
such as general risks, liabilities and obligations, construction of temporary stores, fencing,
watching, lighting, insurance of men and materials, cleaning of site and building after
completion of work.
5. The Contractor shall submit various samples of materials for the work. Only such materials as
are approved shall be used in the work. All samples of approved materials shall be kept at site
in the custody of the clients and shall be handed over to the Contractor after completion of the
work.
6. All extra or additional work done by order of Engineer-in-charge shall be valued at the rate and
prices set out in the contract, if applicable.
For extra items where rate is not available in the contract the rate shall be determined as under.
a) If the rate can be derived from similar items existing in the contract, it will be derived so.
b) If the rate can not be derived from the existing item of contract, and the rate is existing
in the schedule of rate, it will be paid at schedule of rate.
c) If the rate is not existing in the schedule of rate but can be derived from analogous items
existing in the schedule of rate, the rate will be derived accordingly.
d) If the rate can not be derived as per above clauses mentioned at (a), (b) & (c), the rate
for such items is to be arrived at by actual analysis taking into consideration the market value of
52
materials and actual labour involved. 121/2% extra shall be allowed on the labour component
towards over head and profit.
7. All the measurement shall be jointly taken by Contractor’s representative and Engineer-in-
charge of the work at site and they shall be jointly signed. Any dispute arising out of this shall
be referred to the Authorised Officer’s of the Corporation and his decision shall be binding on
both the parties.
8. Purchase vouchers of materials in original shall be produced for verification on demand by the
Authorised Officer of the Corporation. Carriage or transport charges shall not be considered for
the purpose of this payment.
9. Any deviation between specifications, schedule of quantities and drawings found by the Contractor,
the same shall be brought to the notice of the Authorized Officer of the Corporation
immediately.
10. Rates shall be quoted both in figures and in words in clear legible writing. No overwriting is
allowed. All scoring and cancellation should be countersigned by the Tenderer. In case of
illegibility, the interpretation , the decision of the Engineer-in-charge of work shall be final. All
entries shall be in English Language. In case if on check there are differences between the
rates given by the bidder in words and figures or in the amounts worked out by him, the
following procedure should be followed.
(iv) When there is difference between the rates in figures and in words, the rates which
correspond to the amount worked out by the bidder shall be taken as correct.
(v) When the amount of an item is not worked out by the bidder or it does not correspond with
the rate retain either in figures or words, then rate quoted by the bidder in words shall be taken
as correct.
(vi) When the rate quoted by the bidder in figures and in words tallies but the amount is not
worked out correctly, the rates quoted by the bidder shall be taken as correct and not the
amount.
11. In case of doubt regarding the meaning and scope of specifications of different items of works
and in case of variation in the provisions of IS Specification, National Building Code and Orissa
Details Standard Specification and I.R.C., MOS&T specification, the decision of the Managing
Director, IDCO will be final and binding, and no extra claim over and above the accepted
agreement, rules will be payable to the Contractor on this account.
53
12. The Contractor shall carry out the electrical, sanitary and water supply through the agency as
approved by the Corporation whose name shall be submitted to the authorized officer for
approval. All works carried out shall comply with Rules, Bye-laws, regulations in force. All
testing fees for materials as required shall be borne by the Contractor only.
13. All formalities such as obtaining approvals for water supply, drainage and fire fighting
installations, getting the works inspected or tested in the presence of concerned officials
obtaining completion certificates for the installation and final connection of water supply and
drainage for the building shall be the responsibility of the Contractor and no extra payment shall
be payable to the Contractor on this account.
14. The work of plumbing and drainage shall be carried out by skilled plumbers in line and level as
instructed and as per good engineering practice.
15. The holes in walls, RCC members, etc. shall be made very carefully after prior permission of
the authorized officer of the Corporation before laying necessary pipe lines and the same shall
be made good as per the surrounding surface without any extra cost, as per the satisfaction of
the authorized officer.
16. The Corporation can omit or add item. Any extra item of to be carried out, the rate for the same
shall be decided by the Authorized Officer of the Corporation.
17. All the fittings of external pipes and sanitary ware shall be fitted in such a way that they shall be
absolutely water tight.
18. All the fittings and fixtures shall be of I.S.I/ Approved make.
Authorised OfficerIDCO
54
SPECIAL NOTE
1. The rates to be quoted for different items must be inclusive of cost and carriage of all materials,
labour, tools and plants, hire charges, curing and finishing, scaffoldings, centering and
shuttering, Sales Tax, Octroi, Royalties and all other local and Central Taxes and duties,
insurance and other incidental charges etc. complete except where otherwise specifically
mentioned.
2. The works carried out for any item of work is to be completed as per the direction of the
Authorized Officer of the Corporation (herein referred as Authorized Officer) is not specifically
otherwise mentioned in the item.
3. Royalty on minor minerals used in the contract work shall be deducted from the Contractor's bill
at source at rates prescribed as per statutory rules. However, the amount deducted towards
royalty charges can be refunded to the Contractor if clearance certificate from the concerned
Department is produced by the Contractor establishing payment of the royalty.
55
THE RATES TO BE QUOTED IN THE TENDER SCHEDULE SHALL INCLUDE
1. Making all drips, grooves, moulds, curved surface and chamfered edges, etc. in
concrete and/or plaster work as directed.
2. Forming all expansion and/or construction joints as directed.
3. All projections toothing and ornamental work and finishing to shape as directed.
4. Embedding all electric pipes, boxes, fan hooks, false ceiling suspensions and insets
of any other description etc. in RCC slab or beam as directed.
5. Installing a calibrated cube testing machine at site, getting it calibrated every year
and resubmitting a test report to IDCO.
6. Preparing test cubes and testing them at site or in an approved laboratory.
7. Working up or hacking of concrete surface for providing keys for further concrete
work including applying thick cement slurry or mortar as directed.
8. Providing 12mm thick cement plaster (1:4) with punning and a layer of bitumen craft
paper on all surfaces serving as bearing for RCC work.
9. Basement floor shall be taken as floor level one.
10. Use of shuttering oil as specified.
11. Use of cement slurry over shuttering before commencing concreting.
12. Machine mixing consolidating by rodding, vibrating and temping, hoisting, all lifts and
leads and curing.
13. Sinking of floors in specified areas.
14. Providing dowel bars wherever necessary (cost of bars to be paid as reinforcement).
15. Forming cut outs, openings and reconstructing at a later stage as necessary unless
otherwise specified.
16. Work in narrow, width, small quantities and curved alignments, etc.
17. Removing rust, mill scales, oil grease, paint etc. from reinforcing bars.
18. Wastage due to cutting bars to required lengths.
19. Cost of 18 gauge annealed binding wire.
56
20. Providing cover to steel with cement concrete briquette spacers.
21. Payment of steel weight actually placed in position as per design and drawing and
as directed as per Indian Standard Section, weights and no allowance shall be made
for rolling margins.
22. Sand used shall be coarse river sand with fineness modulus 2.5 and aggregate shall
be hard granite stone unless otherwise specified.
23. The rates quoted for RCC and shuttering for beams, slabs and fins. etc. shall include
for inverted cantilever, circular and sloping members unless otherwise mentioned.
24. The tender rate should include providing and mixing water proofing material in
cement concrete work wherever required in the proportion recommended by the
manufacturers.
NB: The rates of consumption of cement for different grades of concrete in RCC works
should be as follows:
M-15 = 3.21 Qntls/ Cum of concrete
M-20 = 4.11 Qntls/ Cum of concrete
57
TENDER FOR WORKS . I/We hereby tender for the execution for the Orissa Industrial Infrastructure
Development Corporation, Bhubaneswar of the work specified in the under written
memorandum at the rates specified thereon within the period as mentioned in the tender call
notice from the date of written order to commence and accordance in all respects with the
specification, designs, drawings and other documents referred to in rule thereof and subject to
the annexed conditions of contract and with such materials as are provided for in all respects
in accordance with such conditions.
MEMORANDUM.
a) Name of the work Construction of balance work of Tourist Reception & Cultural Information Centre at Kendrapara
b) Estimated cost Rs 37.44 lakhs
c) Earnest Money Deposit @ 1% of the estimated cost. (Rs.37,500.00)
d) Period of completion 6 (Six) monthse) Initial security deposit
(including earnest money) to be deposited before drawal of agreement 2% (Two percent) of the tendered amount.
f) Percentage to be deducted from the bill
@ 5%(five percent) towards performance guarantee.
g) Total number of items of work tendered for
As per schedule attached hereto.
Signature of Tenderer Signature of Authorised officer
Should this tender be accepted I/We hereby agree to abide by and fulfil all the terms and provisions of
the said conditions of contract annexed hereto or in default thereof forfeiture to pay to the Orissa
Industrial Infrastructure Development Corporation, Bhubaneswar or his successors in office of the sum
of money mentioned in the said conditions.
58
Dated ____________________________
WITNESS _________________________
Occupation ________________________
CONTRACTOR
WITNESS _________________________
Occupation ________________________
The above tender is hereby accepted by me on behalf of the Orissa Industrial Infrastructure
Development Corporation, Bhubaneswar.
Signed on behalf of the Orissa Industrial Infrastructure Development Corporation
Common seal of the Corporation is affixed in the manner laid down as per the provisions of Rules
framed under Orissa Corporation Rules in presence of me.
SignatureDesignation of the Officer of the
Orissa Industrial Infrastructure Development Corporation
59
EARNEST MONEY DEPOSIT
NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE
Ref. No._______________ Dated ________________
Bank Guarantee No.__________________
ToOrissa Industrial InfrastructureDevelopment Corporation,IDCO Towers, Janpath,Bhubaneswar-751007, Orissa.
Dear Sir,
In consideration of Orissa Industrial Infrastructure Development Corporation, having its
Registered Office at IDCO Towers, Janapath, Bhubaneswar (hereinafter called the “Owner” which
expressions shall unless repugnant to the subject or context include its successors and assigns)
having issued Notice Inviting Tender for “ *_______________________and M/s
__________________________________ having its Registered Head Office at
_____________________ (hereinafter called the “Tenderer *) who wished to participate in the said
tender for *”_______________________ and you, as a special favour, have agreed to accept an
irrevocable and unconditional Bank Bid Guarantee for an amount of Rs.______ valid up to ______ on
behalf of the tenderer in lieu of Cash Deposit required to be made by the Tenderer, as condition
precedent for participation in the said tender.
We the _____________________ Bank incorporated under ______________ law and having
one of our branches at ________________________ and having our Registered Office/ Head Office at
_______________________________________ do hereby unconditionally and irrevocable guarantee
and undertake to pay to the “Owner” immediately on demand without any demur, reservation, protest,
contest
and recourse to the extent of the said sum of Rs._________________ (Rupees
__________________________________________)only. Any such claim / demand made by *”Name
of the work to be written”
Said “Owner” on us shall be conclusive and binding on us irrespective of any dispute or differences
raised by the tenderer. This guarantee shall be irrevocable and shall remain valid upto
___________________________. If any further extension of this guarantee is required, the same shall
be extended to such required period on receiving instruction from
M/s____________________________________________
on whose behalf this guarantee is issued.
61
We, the said Bank, lastly undertake not to revoke this guarantee during its currency except with
the previous consent of the Owner in writing and agree that any change in the constitution of the said
tenderer or the said Bank shall not discharge our liability hereunder.
In witness where of the Bank, through its authorised offices has set its hand and stamp on this
_____________________ day of ________________2005___ at
__________________________________
WitnessSignature SignatureName Name
Designation with Bank StampOfficial Address
Attorney as per power of Attorney No.______________________
Date :______________________
Note : The stamp papers of appropriate value shall be purchased in the name of “Bid Guarantee issuing Bank”
62
SECURITY DEPOSITBANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT
Bank Guarantee to be executed on non-judicial stamped paper worth Rs.40.00 (Rupees forty only).
1. In consideration of the ____________________, Orissa Industrial Infrastructure Development Corporation (hereinafter called “The Corporation having agreed to allow (M/s___________________) (hereinafter called “the said Contractor_________________ terms and conditions of an agreement no. ( _______________________date _________________ )2 made between the Corporation and (M/s______________________) for supply of materials ( as detailed in the said agreement) and for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said agreement, on production of Bank Guarantee for Rs._____________) we (______________________)3 (hereinafter referred to “the Bank”) do hereby undertake to pay the Corporation an amount not exceeding Rs.__________ against any loss or damage caused to or suffered by or would be caused or suffered by the Corporation by reason of any breach by the said contractor(s) of any of the terms of conditions contained in the said agreement.
2. We (_________________________) 3 do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Corporation Stating that the amount claimed is due from the Corporation Stating that the amount claimed is due by way of loss or damage caused to or suffered by the Corporation by reason of any breach by the said contractor (s) of any of the terms and conditions contained in the said agreement or by reason of the contractor (s) failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ____________.
We (___________________________________)3 further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or the (___________________________)4, Orissa Industrial Infrastructure Development Corporation, certifies that the terms and conditions of the said agreement have been full and properly carried out by the said contractor(s) and the guarantee shall then be in-effective.
Unless a demand or claim under this guarantee is made on us in writing or before the (_________________________)5 we shall be discharged from all liability under this guarantee thereafter.
4. We (_____________________________)3 further agree that the corporation shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractors and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Corporation or any indulgence by the Corporation to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.
5. We (_______________________________)3 lastly undertake not to revoke this guarantee during its currency.
63
6. Not withstanding what is stated above the guarantee is valid upto (___________________________________)5 from the date of execution and our liability therein is limited to a maximum of Rs._______________ unless a suit or an action to enforce a claim under the guarantee is filed against (___________________________________________________ )3 on or before (___________________________)5 all rights of the Orissa Industrial Infrastructure Development Corporation, under the guarantee, shall be forfeited and the said Bank shall be released and discharged from all liabilities there under.
Date at _____________________ the _________________________ day of
_______________________ two thousand ___________________.
N.B. : 1. Name of the supplier.
2. Number and date of order/agreement.
3. Name of the Bank.
4. Name of the Division Office.
5. Validity period or date up to which the guarantee is valid.
Signature of the Constituent Authority of the Bank With Seal
64
PERFORMANCE GUARANTEE FORMAT
PROFORMA FOR PERFORMANCE BANK GUARANTEE
Bank Guarantee No._______________
Date _________________
WHEREAS ________________________________________________(hereinafter referred to as “The Owner”) which expression shall unless repugnant to the context includes their (legal representatives, successors and assigns having) their registered office at ________________________________________________________________________________________________________________________________ has placed a purchase order (hereinafter referred to as the “Supplier”) which expression shall unless repugnant to the context include their legal representatives, successors and assigns) for supply of ___________________________________ on the terms and conditions as set out, (interalia), in the Owner’s purchase order no.______________________ dated ____________________ and various documents forming part thereof hereinafter collectively referred to as the “Said purchase order” which expression shall include all amendments, modifications and/or variations thereto.
AND WHEREAS one of the conditions of the “Said purchase order” is that the Supplier shall furnish to the Owner a Bank Guarantee from a Nationalised Bank for _________________________ ( _________ percent ) of the total value of the “Said purchase order against due and faithful performance of the materials supplied including defects liability obligation against the performance guarantee obligations of the supply made under the said purchase order.
AND WHEREAS the “Supplier” has approached ________________________________________________________________(hereinafter referred to as the Bank) having their registered office at ____________ and at the request of the supplier and in consideration of the promises the Bank have agreed to give such guarantee as hereunder :-
(i) The Bank hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Owner stating that the amount claimed is due by reason of (default made by the supplier in supplying the materials as per) the terms and conditions of the said purchase order including defects liability obligations in fulfilling the performance guarantee obligations against the supply made by the supplier under the said purchase order. Any such demand made on the Bank by the owner shall be conclusive as regards the amount due and payable by the Bar under this guarantee. However, the Bank’s liability under this guarantee shall restricted to an amount not exceeding ____________________(Rupees _________________).
(ii) The Owner will have the full liberty without reference to the Bank and without affecting the guarantee to postpone for any time or from time to time the exercise of any powers and rights conferred on the owner under the said purchase order and to enforce or to for bear from endorsing and powers or rights or by reasons of time being given to the supplier which under law relating the surety would but for the provisions have the effect of releasing the surety.
65
(iii) The rights of the Owner to recover the said sum of _________________ (Rupees ___________________) only from the Bank in manner aforesaid will not be affected or suspended by reasons of the feet that any dispute or disputes have been raised by the supplier or that any dispute(s) are pending before any office, tribunal or court.
(iv) The guarantee herein contained shall not be affected by the liquidation or winding up, dissolution, change of constitution or insolvency of the supplier but shall in all respects and for all purchases be binding and operative until payment of all money due to the Owner in respect of such liability or liabilities is affected.
Notwithstanding any thing stated above, the liability of the Bank under this Guarantee is restricted to Rs.___________________ (Rs. _________________only) and this guarantee shall expire on ____________unless a demand or a claim under this guarantee is filed against the Bank within ________________ i.e. the date of expiry of the guarantee, all the rights of the Owner under the said guarantee shall be forfeited and the Bank shall be relieved and discharged from all liabilities hereunder. Accordingly, this Guarantee shall remain in force till ______________________.
However, if the supplier’s obligations against which this Guarantee is given are not completed or fully performed within the period, Bank hereby agrees to further extend the guarantee for a further period of six months.
We have the power to issue this Guarantee in your favour under the discretionary powers vested on us.
Signature of the ConstituentAuthority of the Bank with Seal
66
A G R E E M E N T
The Agreement is made this ------------------------------ day of ---------------2005 between ORISSA
INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION, (IDCO), a statutory
Corporation, established under Orissa Industrial Infrastructure Development Corporation Act. 1980
(Orissa Act. 1 of 1981), having its Head Office at IDCO Towers, Janapath, Bhubaneswar, represented
by ------------------------------------- Engineer-in-charge, -----------------here in after referred to as
“Corporation” which expression shall where the context so requires or admits, also includes its
successors or assignees of the one part.
AND --------------------------------------- represented by ---------------------------- hereinafter called the
“Contractor” which expression shall where the context so requires also includes its successors or
assignees of the one part.
Whereas IDCO invited tenders from intending contractors for execution of
------------------------------------------------------------ at ----------------------------------------------- and whereas the
Contractor offered his tender to construct, execute & complete such work in all respect in conformity
with provision of Agreement and whereas IDCO has accepted his tender & issued work order in his
letter No.-------------dt.-------------- for execution & completion of the work with the following condition.
Now this Agreement witnesses as follows :
1. In this Agreement, words, expression shall have the same meaning as are respectively
assigned to them to the conditions of contract hereinafter referred to.
2. The following documents shall be deemed to form and to be read and construed as part of this
Agreement as follows :
i) Terms and conditions : Annexure - ‘A’
ii) Bill of quantities : Annexure - ‘B’
3. That in consideration of the payment of Rs. --------- by the Corporation to the contractor as
hereinafter mentioned, the contractor hereby covenants with the Corporation to construct &
complete the work ----------------- in all respects in conformity with the provisions of the contract.
4. The corporation hereby covenants to pay the contractor the contract price in consideration of
the construction & completion at the time and in the manner prescribed in the contract.
5. The Contractor will not vary of deviate from the said plans and specification without obtaining
permission in writing of the Corporation.
6. The Contractor shall make good any defects, shrinkage or other faults that may appear in the
works within six months after their completion.
67
7. In-case the Contractor shall commit the break of any covenants herein contained the
Corporation shall be at liberty to terminate this Agreement giving 15 days notice.
8. The Contractor shall indemnify to the Corporation from all claims for injury, death, caused to
any person under workmen Compensation Act. 1938. Besides the contractor shall comply all
the provisions of prevailing Labour laws during execution of work.
9. Both the parties agree by mutual consent that any dispute relating to this Agreement is barred
from Arbitration. All problems shall be mutually settled and the decision of IDCO shall be final
and binding on the contractor.
10. In the event of any dispute that may arise out of this assessment the competent Courts situated
at Bhubaneswar shall have the jurisdiction to decide such disputes / litigations between
parties hereto.
IN WITNESS WHERE OF the parties have caused their respective common seals to be herein
to affixed (or have here into set their respective hands & seals) the day and year first written above.
Witness :1. Signature of the Party of the one part2.Witness :1. Signature of the Party of the other part2.
68
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATIONBHUBANESWAR
GENERAL RULES AND DIRECTIONFOR THE GUIDANCE OF CONTRACTORS
ITEM RATE TENDER & CONTRACT FOR WORKS
1. All works proposed for execution by contract will be notified in a form of invitation to the
Contractors signed by the Chief Engineer/ Chief General Manager or any other officer so
authorised by the Corporation.
The notice will state the work to be carried out, the items and approximate quantities thereof as
well as the date of submitting and opening of tenders also the amount of earnest money to be
deposited and the amount of the security deposit to be deposited by the successful tenderer
and the percentage if any, to be deducted from bills. Copies of the specification, designs and
drawings and any other documents required in connection with the submission of tender signed
for the purpose of identification by the Chief Engineer /Chief General Manager/ General
Manager/Joint General Manager/Authorised Officer shall be open for inspection by the
Contractor at the office of the Chief Engineer/ Chief General Manager/ General Manager/Joint
General Manager/ Authorised Officer of Orissa Industrial Infrastructure Development
Corporation, Bhubaneswar, during office hours. Tenderers are to got through the drawings,
design and specification and other documents and inspect the site before submission of tender.
2. In the event of the tender being submitted by a firm it must be signed separately by each
member thereof or in the event of the absence of any partner, it must be signed on his behalf
by a person holding a power of attorney authorising him to do so.
3. Receipts for payments made on account of work, when executed by a firm must also be signed
by the several partners, except where the contractors are described in their tender as a firm in
which case the receipts must be signed in the name of the firm by one of the partners, or by
some other person having authority to give effectual receipts for the firm.
4. The memorandum of works tendered for and the memorandum of materials to be supplied by
the Orissa Industrial Infrastructure Development Corporation, Bhubaneswar and their issue
rates shall be filled in and completed in the office of the Chief General Manager/ General
Manager/ Authorised Officer before the tender form is issued, if a form is issued to an intending
tenderer without having been so filled in and completed, he shall request the office to have this
done before he completes and delivers his tender.
70
5. Any person who submits a tender fill up the usual printed form stating at what rate he is willing
to undertake each item of the work. Incomplete tender and tenders which propose any
alteration in the work specified in the said form of invitation to tender, or which contain any
other conditions of any sort, or omit to note the time within which the work can be finished, or
which are not accompanied by the required earnest money will be liable to rejection. No single
tender shall include more than one work, but contractors who tender for two or more works
shall submit a separate tender for each. Tender shall bear the name of the work to which they
refer written outside the envelop Deposits for earnest money herein before mentioned shall be
made in the form of Demand Draft or Irrevocable Bank Guarantee in the prescribed form in
favour of Orissa Industrial Infrastructure Development Corporation, Bhubaneswar on any
Nationalised Bank payable at Bhubaneswar and the Bank Guarantee or Bank Draft thereof
should be enclosed with the tender amount to be furnished along with the tender shall not be
less than 1% (one percent) of the estimated cost ( Rs.37,500.00).
6. Chief General Manager/ General Manager or any authorized officer will open the tenders in the
presence of the intending contractors who may be present at the time and will enter the
amounts of the tenders in a comparative statement in a suitable form. In the event of a tender
being rejected the earnest money forwarded there with shall thereupon be returned to the
tenderer.
7. The Corporation shall have the right to reject all or any of the tenders without assigned any
reason thereof.
8. In the event of a tender being selected for acceptance, the Corporation inform the tenderer of
his selection, who shall thereupon sign copies of the specification and other documents
mentioned in rules 1 and 4 for the purpose of identification, within ten days being called upon to
do so, failing which the offer will be rejected with forfeiture of EMD. The tenderer of the selected
tender shall also deposit the required amount of the Security money (2% of tendered value)
within the prescribed time. If the selected tenderer fails to deposit the required amount of the
security money in shape of Demand Draft or Bank Guarantee, the Corporation may reject the
tender with forfeiture the earnest money. Format for such Bank Guarantee (both as EMD and
Initial Security Deposit to be treated as Performance Guarantee) is enclosed. However, the
Contractor may furnish both EMD and ISD in shape of Bank Draft on any nationalized Bank
payable at Bhubaneswar in favour of Orissa Industrial Infrastructure Development Corporation.
9. When a tender is selected for acceptance, the tenderer shall deposit in the Corporation Office
the required amount of the security money in shape of Bank Guarantee in the prescribed form
on any nationalized bank located in the State of Orissa or Bank Draft in favour of the ‘Orissa Industrial Infrastructure Development Corporation’ on any nationalized Bank in
71
Bhubaneswar. No tender shall be finally accepted until the required amount of the security
money has been deposited.
10. The amount of initial security deposit money to be deposited by the tenderer whose tender is
selected for acceptance shall be 2(two) percent (including EMD already deposited) of the
tendered amount of the work. The security money shall be deposited by the selected tenderer
within such time as may be notified to him in writing by the Corporation, failing which tender
shall be liable for rejection and Earnest money may be forfeited. This ISD will be released after
successful completion of work and preparation of final bill.
11. When tender has been selected for acceptance and the required amount of the security money
has been deposited, the authorized officer of the Corporation shall scrutinize all pages of the
Item rate tender and contract for works to see that the form has been properly filled up and
signed by the Contractor and the signature of witnesses. He shall then, if he is competent to
accept the tender, sign the acceptance of the tender or if he is not so competent, shall send the
tender document for acceptance to the officer competent to accept it.
In addition to the earnest money deposit (at the time of submission of tender) and security
money (to be deposited by the selected tenderer before drawl of agreement) a further
deduction of 5(Five) percent will be made from each and every bill of the Contractor towards
performance security by the Corporation. The entire (5%) security money so deducted will be
released to the Contractor after one calendar year from the date of completion of the work.
12. Besides, deductions towards Sales Tax on works contract, and Income Tax & royalties will be
made from each and every bill of the Contractor as per statutory orders of the
competent/appropriate authority and credited to the concerned Departments of State/ Central
Governments. Necessary certificate towards such deduction will be furnished by the
Corporation to the Contractor.
13. The total amount of security money to be deposited by the tenderer entrusted with execution of
the work shall be 7 percent of the estimated value of the work and towards this amount the
earnest money already deposited by him shall be credited. At least 2/7th of this security
inclusive of the earnest money shall be deposited by the tenderer within such times as may be
notified to him in writing by the office opening the tenders failing which the tender shall be liable
to rejection. The remaining amount of the security money outstanding after completion of the
contract with the tenderer may be made up by deduction of 5 percent of the amount of each
payment to be made to him in shape of running bills for the work done under the contract.
14. The tenderer has to furnish valid Income Tax Clearance Certificate, Income Tax PAN, valid
Sales Tax Clearance Certificate with Sales Tax Registration number and valid EPF registration
certificate along with the tender.
72
15. The tender will remain valid up to 120 days (One hundred twenty days) from the date of receipt
of tender.
16. The tenderer has to furnish the details of work in hand and details of work done during the last
three years as per the format furnished below.
A) Details of work in Hand :
SL No Name of the work
Total value of the work
Approx. value of the work
already executed
Value of the work in hand
Authority under whom
executedRemarks
1 2 3 4 5 6 7
B) Details of past experience:
SL No Name of the work
Total agreement
value
Authority under whom
executed
Stipulated time & period of completion
Actual time period taken
for completion
Remarks
1 2 3 4 5 6 7
17. No other terms and conditions as other than those mentioned in the tender documents will be
accepted.
18. The tenderer can attend the office of the Chief General Manager(P&C) to clarify any doubts
regarding the tender conditions, specifications & drawings etc.
73
CONDITIONS OF CONTRACTCLAUSE - I
All compensation/penalty or other sums of money payable by the Contractor to Corporation under the
terms of this contract may be deducted from, or paid by, the sale or a sufficient part of his security
deposit or from the interest arising there from, or from any sums which may be due or may become
due to the Contractor by the Corporation on any account whatsoever and in the event of his security
deposit being reduced by reason of any such deduction or sales as aforesaid the Contractor shall
within ten days thereafter make good in cash or Bank Draft any sum or sums which may have been
deducted from, or raised by, sale of the security deposit or any part thereof.
CLAUSE - II
PENALTY FOR DELAY:
Time is deemed to be essence of the contract on the part of the Contractor. The time allowed for
carrying out the work as entered in the tender shall be strictly observed by the Contractor and shall be
reckoned from the date on which the written order to commence the work is given to the Contractor.
On receipt of the work order, the Contractor will give a schedule of construction and stick to the time
schedule during execution. In case he fails to observe the approved time schedule during the
intermediate period of the execution of work, penalty will be levied and will be recovered @ 1/2% on the
value of work lagging behind for every week delay in execution of the portion or component of work for
which programme is given in the time schedule.
The penalty thus recovered at different stages may be waived in full or part if the authorized person of
IDCO in-charge of the work is satisfied that the Contractor has made up the delay at subsequent
stages and the work proceeds as per original time schedule. The decision of the authorised officer in
charge of the work is final and binding as regards recovery and waive of penalty at the intermediate
stages of the execution of the work.
If the work is delayed at the completion stage the penalty levied cannot be considered unless the work
is finished in all respect within the time schedule. The work should not be considered as finished until
such date as the Corporation shall satisfy as the date on which the work is finished after necessary
rectification of defects as pointed out by the Corporation or its authorized officer are fully complied with
by the Contractor to the Corporations satisfaction provided all ways that entire amount of penalty to be
paid under provision of this Clause shall not exceed 10% of the contract value of the work.
Penalty levied for any delay which will occur during the last 3 months of the contract period can not be
considered for waiver by any Authority other than the Managing Directors of the Corporation. Subject
to the consideration that the application for waiver or penalty to the Managing Director of the
Corporation can only be considered if work gets finally finished within time schedule.
75
It is mutually agreed by both the parties that in case of any dispute arising out of the provisions of this
clause, the decision of the Managing Director of the Corporation is final and binding on both the parties
and the decision is neither arbitrable or changeable within the court of law.
CLAUSE - III
ACTION WHEN WHOLE SECURITY DEPOSIT IS FORFEITED :
In any case in which under any clause or clauses of this contract, the Contractors shall have rendered
himself liable to pay compensation/ penalty amounting to the whole of his security deposit in the hands
of the Corporation (whether paid in one sum or deducted by installments) the authorized officer on
behalf of the Managing Director of the Corporation, shall have power to adopt any of the following
courses, as he may deem best suited to the interest of Corporation.
(a) To rescind the contract (of which rescission notice in writing to the Contractor under the hand of
the authorized officer of the Corporation shall be conclusive evidence) and in which case, the
security deposit of the Contractor shall stand forfeited, and be absolutely at the disposal of the
Corporation.
(b) To employ the labour, paid by the Orissa Industrial Infrastructure Development Corporation and
to supply materials to carry out the work, or any part of the work, debiting the Contractor with
the cost of the labour and the price of the materials (of the amount of which the cost and price
certificate of the authorized officer of the Corporation shall be final and conclusive against the
Contractor) and crediting him with the value of the work done, in all respects in the same
manner and at the same rates as if it had been carried out by the Contractor under the terms of
his contract, the certificate of the authorized officer of the Corporation as to the value of the
work done shall be final and conclusive against the Contractor.
(c) To measure up the work of the Contractor, and to take such part of the work of the contract as
shall be un-executed out of his hands and to give it to another Contractor to complete, in which
case any expenses which may be incurred in excess of the sum which would have been paid to
the original Contractor if the whole work had been executed by him ( of the amount of which
excess the certificate in writing of the authorised officer of the Corporation shall be final and
conclusive) shall be borne and paid by the original Contractor and may be deducted from any
money due to him by Orissa Industrial Infrastructure Development Corporation under the
contract or otherwise or from his security deposit or the proceeds of sale thereof, or a sufficient
part thereof.
In the event of any of the above courses adopted by the Corporation, the Contractor shall have
no claim to compensation for any loss sustained by him by reason of his having purchased or
procured any materials, or entered into any engagements, or made any advance on account of
76
or with a view to, the execution of the work or the performance of the contract. And in case the
contract shall be rescind under the provision aforesaid, the Contractor shall not be entitled to
recover or be paid any sum for any work, thereto for actually performed under this contract,
unless and until the authorised officer of the Corporation shall have certified in writing the
performance of such work and the value payable in respect thereof and he shall only be entitled
to be paid the value so certified.
(d) Security deposit of the Contractor shall be refunded only after final bill is paid and completion of
defect liability period of 12(Twelve) months from the date of completion of the work .
CLAUSE - IV
CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE- IV :
In any case in which any of the powers, conferred upon the Corporation by Clause-III hereof shall have
become exercisable and the same shall not be exercised. The non-exercise thereof shall not constitute
a waiver of any of the conditions hereof and such powers shall but withstanding be exercisable in event
or any future case of default by the Contractor of which by any clause or clauses hereof he is declared
liable to pay compensation/ penalty amounting to the whole of his security deposit, the liability of the
Contractors for past and future compensation/penalty shall remain unaffected.
POWERS TO TAKE POSSESSION OF OR REQUIRE REMOVAL OF OR SELL CONTRACTOR’S PLANTS :
In the event of the authorized officer of the Corporation putting in force the powers vested in him under
the preceding clause he may, if he so desires, take possession of all or any tools, plants, materials and
stores, in or upon the works, or the site thereof or belonging to the Contractor, or produced by him and
intended to be used for the execution of the work or any part thereof, paying or allowing for the same in
the account at the contract rates, or in case of these not being applicable, at current market rates to be
certified by the officer authorised by the Corporation whose certificate thereof shall be final otherwise
the Corporation may by notice in writing to the Contractor or his clerk for the works, foreman or other
authorised agent require him to remove such tools plant, materials or stores from the premises (within)
a time to be specified in such notice), and in the event of the Contractor failing to comply with any such
requisition, the Corporation may remove them at the Contractor’s expense or sell them by auction or
private sale on account of the Contractor and at his risk in all respects, and the certificate of the
authorised officer of the Corporation as to the expense of any such removal and the amount of the
proceeds and expense of any such sale shall be final and conclusive against the Contractor.
77
CLAUSE - V :
EXTENSION OF TIME :
If the Contractor shall desire an extension of the time for completion of the work on the ground of his
having been unavoidably hindered in its execution or any other ground, he shall apply in writing to the
Corporation within 30 days of the date of the hindrance on account of which he desires such extension
as aforesaid and the Corporation shall, if in its opinion (which shall be final) reasonable grounds be
shown therefore, authorise such extension of time, if any, as may in its opinion, be necessary or
proper. The Corporation shall at the same time inform the Contractor whether it claims compensation
for delay and recover the same as a penalty for delay. No price escalation will be allowed in the event
of extension of time granted on genuine grounds.
CLAUSE - V I:
FINAL CERTIFICATE :
On completion of the work, the Contractor shall be furnished with a certificate by the Corporation of
such completion, but not such certificate be given not shall the work considered to be completed until
the Contractor shall have removed from the area of the premises (to be distinctly marked by the
Corporation in the site plan) on which the work shall be executed, all scaffolding, surplus materials and
rubbish, and cleaned off the dirt from all woodwork, doors, windows, walls, floors or other parts of any
structure, in upon or about which the work is to be executed or of which he may have had possession
for the purpose of the execution thereof nor until the work shall have been measured by the authorised
officer of Orissa Industrial Infrastructure Development Corporation in accordance with the rules of the
department whose measurements shall be binding and conclusive against the Contractor. If the
Contractors shall fail to comply with the requirements of this clause as to removal of scaffolding,
surplus materials and rubbish, and cleaning off dirt on or before the date fixed for the completion of the
work, the authorised officer of the Corporation may at the expense of the Contractor remove such
scaffoldings, surplus materials and rubbish, and dispose of the same as he thinks fit and clean off such
dirt as aforesaid, and the Contractor shall forthwith pay the amount of all expenses incurred and shall
have no claim in respect and such scaffolding or surplus materials as aforesaid except for any sum
actually realised by the sale thereof.
CLAUSE - VII :
PAYMENT ON INTERMEDIATE CERTIFICATE TO BE REGARDED AS ADVANCE AND BILL TO BE SUBMITTED MONTHLY :
A bill shall be submitted by the Contractor each moth or before the date fixed by the Corporation for all
works executed in the previous month and the authorised officer of the Corporation or his subordinate
shall take the requisite measurement for the purpose of having the same verified and the claim as far
as admissible, adjusted if possible, before the expiry of ten days from the presentation of the bill. If the
Contractor does not submit the bill within the time fixed as aforesaid, the authorised officer of the
78
Corporation or his subordinate shall measure up the said work in the presence of the Contractor whose
counter signature to the measurement list shall be sufficient warrant and the authorised officer of the
Corporation or his subordinate shall prepare a bill from such list which shall be binding on the
Contractor in all respects.
Provided that, if any balance of the 7% (seven percent) security is outstanding from each such
payment shall be deducted so much, not exceeding 5% as may be necessary to make up the balance
of the security. All such intermediate payments to the Contractor shall be regarded as payments by
way of advance against the final payment only and not as payments for work actually done and
completed and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be
removed and taken away and reconstructed or re-erected, or be considered as an admission of the
due performance of the contract, or any part thereof in any respect, or the accrual of any claim nor
shall it conclude, determine or effect in any way the powers of the corporation under these conditions
or any of them as to the final settlement or adjustment of the accounts or otherwise, or in any other
way vary or affect the contract.
Payment to the contractor will be made in a regular basis subjected to availability of funds from client.
CLAUSE - VIII :The final bill shall be prepared by the officer of the Orissa Industrial Infrastructure Development
Corporation in accordance with the rules of the Corporation in the presence of the Contractor within
three month of the date of completion.
CLAUSE - IX :
STORES SUPPLIED BY CORPORATION :
Deleted
CLAUSE - X :
WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATION, DRAWING AND ORDERS ETC. :
The Contractor shall execute the whole and every of the work in the most substantial and workman like
manner, and both as regards materials and otherwise in every respect in strict accordance with the
specification. The Contractor shall also conform exactly, fully and faithfully to the designs drawing and
instructions in writing relating to the work signed by the authorised officer of the Corporation lodged in
his office, and to which the Contractor shall be entitled to have access at such office, for the purpose of
inspection during office hours and the Contractor shall, if he so require, be entitled at his own expenses
to make or cause to be made copies of the specifications, and of all such designs, drawings and
instructions as aforesaid.
79
CLAUSE - XI :
DO NOT INVALIDATE CONTRACTS :
The authorized officer of the Corporation shall have power to make any alterations minor addition to
the original specifications drawings, designs and instructions, that may appear to him necessary and
advisable during the progress of work and the Contractor shall be bound to carry out the work in
accordance with any instructions which may be given to him writing signed by the authorized officer of
the Corporation and such alteration shall not invalidate the contract and any additional work which the
Contractor may be directed to do in the manner above specified as part of the work shall be carried out
by the Contractor on the same conditions in all respects on which he agreed to do the main work, and
at the same rates as are specified in the tender for the main work.
EXTENSION OF TIME IN CONSEQUENCE OF ALTERATIONS :
The time for the completion of the work shall be extended in the proportion that the additional work
bears to the original contract work and the certificate of the authorised officer of the Corporation shall
be conclusive as to such proportion.
RATES OF WORK NOT IN ESTIMATE OR SCHEDULE OF RATES OF THE GOVERNMENT OF ORISSA :
And if the additional work includes any class of work for which no rate is specified in this contract, then
such class of work shall be carried out at the rates entered in the current sanctioned schedule of rates
of the Government of Orissa for the locality during the period when the work is being carried on by
adding/ substracting only the differential cost of cement, steel, octroi, royality and contract tax, no
difference of labour rates is to be considered and if such last mentioned class of work is not entered in
the current schedule of rates of the Government of Orissa then the Contractor shall within seven days
of the date of his receipt of the order to carry out the work inform the authorised officer of the
Corporation of the rate which it is his intention to charge for such class of work, and if the authorised
officer of the Corporation does not agree to this rate he shall by notice in writing be at liberty to cancel
his order to carry out such class of work and arrange to carry it out in such manner as he may consider
advisable.
No deviations from the specification stipulated in the contract nor additional items of work shall
ordinarily be carried out by the Contractor, nor shall any altered, additional or substituted altered or
additional items have been approved and fixed in writing by the officer authorised by the Corporation.
The Contractor shall be bound to submit his claim for any additional work done during any month on or
before the 15th day of the following month accompanies by a copy of the order in writing of the
authorised officer of the Corporation, for the additional work and that the Contractor shall not be
entitled to any payment inrespect of such additional work if he fails to submit his claim within the
aforesaid period.
80
Provided always that if the Contractor shall commence work or incur any expenditure in regard thereof
before the rates shall have been determined as lastly hereinbefore mentioned, in such case he shall
only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the
date of the determination of the rates as incurred by him prior to the determination of the rates as
aforesaid according to such rate or rates as shall be fixed by the Corporation. In the event of a dispute,
the decision of the Managing Director, IDCO will be final and binding.
CLAUSE - XII :NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK TO BE CARRIED OUT :
If at any time after the commencement of the work the Managing Director, Orissa Industrial
Infrastructure Development Corporation, shall for any reason whatsoever not require the whole thereof
as specified in the tender to be carried out the authorised officer of the Corporation shall give notice in
writing of the fact to the Contractor who shall have no claim to any payment or compensation
whatsoever on account of any profit or advantage, which he might have derived from the execution of
the work in full but which he did not derive in consequence of the full amount of the work not having
been carried out, neither shall he have any claim for compensation by reason of any alterations having
been made in the original specifications, drawing, designs and instruction which shall involve any
curtailment of the work as originally completed.
CLAUSE - XIII :ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK :
If it shall appear to the authorised officer of the Corporation or his sub-ordinate in-chgarge of the work,
that any work has been executed with unsound, imperfect or unskilled workmanship or with materials
of any inferior description, or that any materials or articles provided by him for, the execution of the
work are unsound or of a quality inferior to that contracted for or otherwise not in accordance with the
contract, the Contractor shall on demand in writing from the authorised officer of the Corporation
specifying the work materials or articles complained of notwithstanding that the same may have been
inadvertently passed certified and paid for forthwith rectify or remove and reconstruction work so
specified in whole or in parts as the case may require, or as the case may be, remove the materials or
articles at his own proper charge and cost and in the event of his failing to do so within a period to be
specified by the authorised officer of the Corporation in his demand aforesaid, then the Contractor shall
be liable to pay compensation at the rate of one percent on the amount of the estimate for every day
not exceeding ten days. while his failure to do so hall continue and in the case of any such failure the
Authorised Officer of the Corporation may rectify or remove and re-execute the work or remove and
replace with others, the materials or articles complained of as the case may be at the risk and expense
in all respects of the Contractor. The compensation deducted under this clause is not refundable at any
stage.
81
CLAUSE - XIV :
WORK TO BE OPEN TO INSPECTION:
All work under or in coarse of execution or executed in pursuance of the contract shall at the times be
open to the inspection and supervision of the authorised officer of the Corporation and his subordinates
and the Contractor shall at the times during the usual working hours, and at all other times at which
reasonable notice of the intention of the authorised officer of the Corporation or his subordinate to visit
the works shall have been given to the Contractor either himself be present to receive orders and
instruction or have a responsible agent duly accredited in writing present for that purpose. Orders given
to the Contractor’s agent shall be considered to have the same force as if they had been given to the
Contractor himself.
CLAUSE - XV :
NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP :
The Contractor shall give not less than five days notice in writing to the officer authorised by the
Corporation or his sub-ordinate in-charge of the work before covering up or otherwise placing beyond
the reach of measurement any work in order that the same may be measured and correct dimensions
thereof be taken before the same is so covered up or placed beyond the reach of measurement and
shall not cover up or placed beyond the reach of measurement, any work without the consent in writing
of the Authorised Officer of the Corporation or his subordinate -in-charge of the work and if any work
shall be covered up or placed beyond the reach of measurement without such notice having been
given or consent obtained, the same shall be uncovered at Contractor’s expense, or in default thereof
no payment or allowance shall be made for such work or the materials with which the same was
executed.
CLAUSE - XVI :
CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR IMPERFECTION FOR 18 MONTHS AFTER CERTIFICATE :
If the Contractor or his work people or servants shall break deface, injure or destroy any part of a
building, road, fence, enclosure, or grass land, or cultivated ground contagious to the premises on
which the work or any part of it is being executed, or if any damage shall happen to the work, while in
progress from any cause whatsoever or any imperfection became apparent in it within 18 (Eighteen)
months from the date of final certificate of its completion shall have been given by the officer
authorized by the Corporation, as aforesaid, the Contractor shall make the same good at his own
expense, or in default, the authorized officer of the Corporation may cause the same to be made good
by other workman, and deduct the expense (of which the certificate of the authorized officer of the
Corporation shall be final) from any sums that may be then or at any time thereafter may become due
to the Contractor or from his security deposit or the proceeds of the same thereof, or of a sufficient
82
portion thereof and the Contractor shall be liable to pay any part of the expenses not so recovered by
the authorized officer of the Corporation. It may be clearly understood that so far as this contract is
concerned, the contractor has to actually maintain and attend to rectification of all defects at his cost
for a period of 18 months from the date of handing over/ completion of the work and he will make
provisions for attending to such repairs and maintenance in his rates.
CLAUSE - XVII :
CONTRACTOR TO SUPPLY PLANT, LADDERS, SCAFFOLDING ETC. :
The Contractor shall supply at his own cost all materials (except such special material, if any, as may
in accordance with the contract be supplied from the Corporation’s stores), plant tools, appliances,
implements, ladders, cordage, tackle, scaffolding and temporary works requisite or proper for the
proper execution of the work, whether original, altered or substituted, and whether included in the
specification or other documents forming part of the contract or referred to in these conditions or not or
which may be necessary for the purpose of satisfying on complying with the requirements of the
Corporation as to any matters as to which under this conditions he is entitled to be satisfied which he
entitled to require together with carriage therefore to and from the work. The Contractor shall also
supply without charge the requisite number of person with the means and materials necessary for the
purpose of setting out works and counting, weighing and assisting in the measurement or examination
at any time and from time to time of the work or materials/ Failing his so doing the same may be
provided by the Corporation at the expense of the Contractor and the expenses may be deducted from
any money due to the Contractor under the contract, or from his security deposit or the proceeds of
sale thereof, or of a sufficient portion thereof. The Contractor shall also provide all necessary fencing
and lights required to protect the public from accident, and shall be bound to bear the expenses of
defence of every suit, action or other proceedings at law that may be brought by any person for injury
sustained owing to neglect of the above precautions, and to pay any damages and cost which may be
awarded in any such suit, action or proceedings to any such person or which may with the consent of
the Contractor be paid to compromise any claim by any such person.
CLAUSE - XVIII :
NO FEMALE LABOUR SHALL BE EMPLOYED WITHIN THE LIMITS OF A CANTONMENT :
The Contractor shall not employ for the purpose of this contract any person who is below the age of
twelve years and shall pay to each labourer for the work done by such labourer, wages not less than
the minimum wages paid for similar work in the neighborhood (whichever is higher). No female labour
shall be engaged after 5 PM.
a) The authorized person of the Corporation shall have the right to enquire into and decide any
complaint alleging that the wages paid by the Contractor to any labourer for the work done by such
labourer is less than the minimum wages paid for similar work in neighborhood.
83
The authorized officer of the Corporation shall have the right to decide whether any labourer
employed by the Contractor is below the age of twelve years and to refuse to allow any labourer whom
he decides to be below the age of twelve years, to be employed by the Contractor.
b) The Contractor shall employ at least one Engineering Graduates or one Engineering Diploma
holders as apprentices at his own cost specifically for this work. The apprentice will be selected by the
Managing Director of the Corporation. The period of employment will commence within one month after
the date of work order and would last till the date when 90% of the work is completed. The fair wage to
be paid to the apprentices should be not less than Rs.5,000/- for Graduate & Rs.3500/- for Diploma
Holders. The Contractor shall furnish at the commencement of the work and thereafter after every
three calendar months, in writing, a certificate duly countersigned by the authorised officer of the
Corporation, the name and address of the apprentices engaged in the work.
CLAUSE - XIX :
WORK NOT TO BE SUBLET:
The Contract shall not be assigned or sublet without the written approval of the officer of the
Corporation. And if the Contractor shall assign or sublet his contract, or attempt to do so, or become
insolvent or commence any insolvency proceeding or make any composition with his creditor, or
attempt to do so, or if any bribe, gratuity, gift, loan, perquisite reward or advantage, pecuniary or
otherwise, shall either directly or indirectly be given promised, or offered by the Contractor, or any of
his servants or agents to any public officer or person in the employ of Corporation in any way relating
to his office or employment, if any such officer or person shall become in any way directly or indirectly
interested in the contract, the officer authorised by the Corporation may thereupon by notice in writing
rescind the contract and the security deposit of the Contractor’s shall thereupon stand forfeited and be
blacklisted and the same consequences shall ensure as if the contract shall not be entitled to recover
or be paid for any work therefore actually performed under the contract and for which payment had not
been made, since the date of detection of such occurrence.
CLAUSE - XX :
SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS A REASONABLE COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS :
All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of Corporation without reference to the actual loss
or damage sustained, and whether or not any damage shall have been sustained.
84
CLAUSE - XXI :
CHANGES IN CONSTITUTION OF FIRM :
In the case of tender by partners, any change in the constitution of the firm shall be forthwith notified by
the Contractor to the Corporation for its information. In case of failure to notify the change in the
constitution within fifteen days, the officer authorised by the Corporation may be notice in writing
rescind the contracts and the security deposit of the Contractor shall thereupon stand forfeited and the
absolutely at the disposal of the Corporation and the same consequences shall ensure as if the
contract had been rescinded under clause 3 hereof, and in addition the Contractor shall not be entitled
to recover or be paid for any works therefore actually performed under the contract.
CLAUSE - XXII :
All works to be executed under the contract shall be executed under the direction and subject to the
approval in all respect by the authorised person of the Corporation for the time being who shall be
entitled to direct at what point or points and in what manner they are to be commenced and from time
to time carried on.
CLAUSE - XXIII :
LUMP SUM IN ESTIMATES :
When the estimate on which a tender is made include lump sums in respect of parts of the work, the
Contractor shall be entitled to payment in respect of the items of work involved or the part of the work
in question at the same rates as are payable under this contract for such items, or if the part of the
work in question is not, in the opinion of the officer authorised by the Corporation capable of
measurement, may by him discretion pay the lump sum amounts entered in the estimate, and the
certificate in writing of the authorised officer of the Corporation shall be final and conclusive against the
Contractor with regard to any sum or sums payable to him under the provisions of this clause.
CLAUSE - XXIV :
ACTION WHERE NO SPECIFICATION :
In the case of any class of work for which there is no such specification as is mentioned in rule 1, such
work shall be carried out in accordance with ISI, ODS and specification furnishes by IDCO and in the
event of these being no specification, then in such case the work shall be carried out in all respects in
accordance with the instructions and requirements of the Officer authorised by the Corporation.
85
CLAUSE - XXV :
DEFINITION OF WORKS :
The expression “words” of “work” where used in these conditions shall, unless there be something
either in the subject or context repugnant to such construction, be construed and taken to mean the
works by or by virtue of the contract to be executed, whether temporary or permanent and whether
original, altered, substituted or additional.
CLAUSE - XXVI :
The Corporation shall be entitled to recover in full from the Contractor any amount that the Corporation
may be liable to pay under Workman’s Compensation Act VIII of 1923, to any workmen employed in
course of execution of any part of the work covered by these contract.
CLAUSE - XXVII :
That for the purpose of jurisdiction in the event of dispute if any, the contract should be deemed to
have been entered into within the State of Orissa and it is agreed that neither party to the contract
agreement will be competent to bring a suit in regard to the matters covered by this contract at any
place outside the State of Orissa.
CLAUSE - XXVIII :
The Corporation will have the right to inspect the scaffolding and centering made for the work and can
reject partly or fully such structure if found defective in their opinion.
CLAUSE - XXIX :
Sanitary arrangements will be made by the Contractor at his own cost for his labour camp.
CLAUSE - XXX :
The Contractor shall bear all taxes including sales tax, income tax, royalty, octroi, fair weather charges
and tollage, contract tax etc. in respect of this work.
CLAUSE - XXXI : DELETED
CLAUSE - XXXII :
After the work is finished all surplus materials and debris are to be removed by the Contractor and
preliminary works such as vats, mixing platforms etc. are to be dismantled and all materials removed
from site. The ground upto 100’-0” wide from the work site should be cleared and dressed.
86
CLAUSE - XXXIII :
FAIR WAGE CLAUSE :
a) The Contractor shall not employ for the purpose of this contract any person who is below the
age of twelve years and shall pay to each labourer for work done by such labourers fair wages.
Explanation: - “Fair Wage” means wages, whether for time or piece work prescribed by the
State Public Works Department provided that where higher rates have been prescribed under
the minimum wages Act, 1948, wages at such higher rates should constitute fair wages.
The Corporation shall have the right to enquire into and decide any complaints alleging that
wages paid by the Contractors to any labourer for work done by such labourer is less than the
wages as per the sub paragraph (I) above.
b) The Contractor shall notwithstanding the provisions of any contract to contrary, cuse to be paid
a fair wage to labourers indirectly engaged on the work including any labour engaged by his
sub-contractors in connection with the said work, as if the labourers had been immediately
employed by him.
c) In respect of all labour directly or indirectly employed in the works for the performance of the
contractor’s part of this agreement, the Contractor shall comply with or cause to be complied
with all regulations made by Corporation in regard to payment of wages, wages period
deductions from wages, recovery of wages not paid and deductions unauthorisedly made,
maintenance of wage register, wage cards publication of scale of wages and other forms of
employment, inspection and submission of periodical return and all other matter of like nature.
d) The authorised officer of the Corporation shall have the right to deduct, from the money
due to the Contractor, any sum required or estimated to be required for making good the loss
suffered by a worker or workers by reason of non-fulfilment of conditions of the contract for the
benefit of the workers non-payment of wages or of deductions made from his or their wages,
which are not justified by their terms of the contract or non-observance of the regulations.
Money so deducted should be transferred to the workers concerned.
e) Vis-a-vis, the Corporation, the Contractor shall be primarily liable for all payments to be made
under and for the observance of the regulations aforesaid without prejudice to his right to claim
indemnity from his sub-contractor.
f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof
shall be reach of this contract. The Contractor before commencement of the work shall obtain
necessary labour contract license from the appropriate authorities and submit an attested copy
of the same to the Corporation.
87
CLAUSE - XXXIV :The Contractor shall abide by the relevant Act and Rules/ Regulations in force of the State of Orissa
regarding labour employed in construction work. The Contractor shall be fully and solely responsible
for any compensation/fine that may be imposed for violation of the said Rules/ Regulations/ Act.
CLAUSE - XXXV :The contractor shall abide by the relevant Act like Minimum Wages, Employees Provident Fund, ESI
etc. and Rules/Regulations in force of the state of Orissa from time to time for the labour employed in
construction work. The contractor shall be fully and solely responsible for any compensation/fine that
may be imposed for violation of the said Rules/ Regulations/ Act.
CLAUSE - XXXVI :The Contractor should have the Sales Tax Registration number otherwise additional 4% is to be kept
withheld from his bills till Sales Tax Registration Number is produced by the Contractor. If Contractor
fails to produce the Sales Tax Registration Number before final bill is paid, the whole amount is to be
shown as recovery for want of Registration Number and credited to IDCO account.
CLAUSE - XXXVII :Steel centring and shuttering materials shall be used for all RCC works as far as possible.
CLAUSE - XXXVIII :The consumption of paper/water and Electricity at the site office shall be reduced to minimum as far as
practicable.
CLAUSE - XXXIX :Reduction of dust at work site and use of face mask by the workers in the duty area should be strictly
followed.
CLAUSE - XXXX :
Solid waste at the work site shall be segregated and shall be disposed off safely.
CLAUSE - XXXXI :
Paints should be properly used with safety measures and excess or drop outs, if any, are to be suitable
disposed.
ORISSA P.W.D./ ELECTRICITY DEPARTMENT CONTRACTOR’S LABOUR REGULATION
88
1. Short Title:
These regulations may be called “The Orissa Public Works Department/ Electricity Department
Contractor’s Regulation.
2. Definitions:
In these regulations, unless otherwise expressed or indicated the following words and expressions
shall have the meaning hereby assigned to them respectively, that is to say :
(a) “Labour” means workers employed by a Contractor of the Orissa Industrial Infrastructure
Development Corporation directly or indirectly through a sub-contractor or other person or
by an agent on his behalf;
(b) “Fair Wages” means wages whether for time or piece work prescribed by the State Public
Works Department/ Electricity Department for the area in which the work is done;
(c) “Contractor” shall include every person whether a sub-contractor or headman or agent
employing labour on the work taken on contract;
(d) “Wages” shall have the same meaning as defined in the Payment of Wages Act and
include time and piece rate wages, if any.
3. Displace of notices regarding wages, etc.:
The Contractor shall :
(a) Before he commences his work on contract display and correctly maintain and continue to
display and correctly maintain, a in a clean and legible condition, in conspicuous places on the
work, notices in English and in the local Indian Language spoken by the majority of the workers,
giving the rate of wage prescribed by the State Public works Department/ Electricity
Department for the district in which the work is done.
(b) Send a copy of such notices to the authorised officer of IDCO.
4. Payment of Wages :
i) Wages due to every worker shall be paid to him direct.
ii) All wages shall be paid in current coin or currency or in both.
5. Fixation of wage period :
89
(a) The Contractor shall fix the wage period in respect of which the wages be payable.
(b) No wage period shall exceed one month.
(c) Wages of every workman employed on the contract shall be paid before the expiry of ten days,
after the last day of the wage period in respect of which the wages are payable.
(d) When the employment of any worker is terminated by or on behalf of the Contractor, the wages
earned by him shall be paid before the expiry of the day succeeding the one on which his
employment is terminated.
(e) All payments of wages shall be made on a working day.
6. Wage book and wages cards etc. :
i) The Contractor shall maintain a wage book of each worker in such form as may be convenient,
but the same shall include the following particulars :
(a) Rate of daily or monthly wages.
(b) Nature of work on which employed.
(c) Total number of days worked during each wage period.
(d) Total amount payable for the work during each wage period.
(e) All deductions made from the wages with an indication in each case of the ground for
which the deduction is made.
(f) Wage actually paid for each wage period.
ii) The Contractor shall also maintain a wage card for each worker employed on the work.
iii) The authorised officer of IDCO may grant an exemption, from the maintenance of wage bond,
wage cards to a Contractor who in his opinion, may not directly or indirectly employ more than
100 persons on the work.
7. Fines and deduction which may be made from wages :
a) The wages of a worker shall be paid to him without any deduction of any kind except the
following :
i) Fines;
90
ii) Deductions for absence from duty, i.e. from the place or places where by the terms of his
employment he is required to work. The amount of deductions shall be in proportion to the
period for which he was absent.
iii) Deductions for damage to or loss of good expressly entrusted to the employed person for
custody or for loss of money for which he is required to account whereas such damage or
loss is directly attributable to his neglect or default.
iv) Any other deductions which the Orissa Govt. may from time to time allow.
b) No fines shall be imposed on a worker and no deduction for damage or loss shall be made from
his wages until the worker has been given an opportunity of showing cause against such fines
or deduction.
c) The total amount of fines which may be imposed in any one wage period on a works shall not
exceed an amount equal to five paise in a rupee of the wages payable to him in respect of that
wage period.
d) No fine imposed on any worker shall be recovered from him by instalments, or after the expire
of 60 days from the date on which it was imposed.
8. Register of fines, etc. :
i) The Contractor shall maintain a register of fines and of all deductions for damage or loss. Such
register shall mention the reason for which fine was imposed or deduction for damage or loss
was made.
ii) The Contractor shall maintain a list of English and the in the local Indian Language, clearly
defining acts and omissions for which penalty of fine can be imposed. It shall display such list
and maintain it in a clean and legible condition in conspicuous places on the work.
9. Preservation of register :
The wage register, the wage cards and the register of fines, deduction required to be maintained under
these regulations shall be preserved for 12 months after date of the last entry made in them.
10. Powers of Labour Welfare Officers to make investigations of inquiry :
The Labour Welfare Officer or any other persons authorised by the Government of Orissa on their
behalf shall have power to make inquiries with a view to ascertaining and enforcing due and proper
observance of the fair wage clause and the provisions of these regulations. He shall investigate into
any complaint regarding default made by the Contractor, sub-contractor in regard to such provisions.
91
11. Report of Labour Welfare Officers :
The Labour Welfare Officer or others authorised aforesaid shall submit a report of the results of his
investigation or inquiry to the authorised officer of IDCO indicating the extent, if any, to which the
default has been committed with a note that necessary deductions from the Contractor’s bill be made
and the wages and other dues be paid to the labourers concerned.
12. Appeal against the decision of Labour Welfare Officers :
Any persons aggrieved by the decision and recommendation of the Labour Welfare Officer or other
person so authorised may appeal against such decision to the Labour Commissioner within 30 days
from the date of decision forwarding simultaneously a copy of his appeal to the authorised officer of
IDCO but subject to such appeal, the decision of the officer shall be final and binding upon the
Contractor.
13. Inspection of Register :The Contractor shall allow inspection of the wage book and wage cards to any of the his workers or to
his agent at a convenient time and place after due notice is received or to the Labour Commissioner or
any other person authorised by the Government of Orissa on his behalf.
14. Submission of return :The Contractor shall submit periodical returns as may be specified from time to time.
15. Amendments :The Government of Orissa may from time to time, add to or amend these regulations and on any
question as to the application, interpretation of affect of these regulations, the decision of the Labour
Commissioner or any other person authorised by the Government of Orissa in that behalf shall be final.
The terms and conditions of the contract have been read/ explained to me and quoted my rates accordingly and certify that we have clearly understood them.
Witness : Contractor
92
SPECIAL CONDITIONS OF FORMING A PART OF THIS CONTRACT1. All works are to be executed and measured in conformity with the relevant upto date I.S.
Specifications, National Building Code and Orissa Detailed Standard Specification, I.R.C. and
MOS&T Code of practice and specification.
In case of variation in the norms, specifications and methods of execution and measurement as
prescribed in the different codes and in case of doubt regarding means and scope of
specification of any items, the decision of Managing Director, IDCO will be final and binding in
this regard. No extra monetary compensation over and above the accepted agreement rates for
various item will be paid to the Contractor on this Account.
2. In case of any technical specification not covered in the relevant I.S. Specifications, National
Building Code and Orissa Detailed Standard Specification, I.R.C. and MOS&T Code etc., the
specification given by the Consultant/ Purchaser/ IDCO is final and binding on the Contractor.
3. Every tenderer must examine the detailed specification of Orissa Public Works Department,
relevant IS specifications and provisions in National Building Code and IRC, MOS&T
specification before submitting his tender. The right is reserved with the Corporation without
impairing the contract to make such increase or decrease in the quantities or items of work
mentioned in the schedule of quantities attached to the tender notice as may be considered
necessary to complete the work fully and satisfactorily. Such increase/ decrease shall in no
case invalidate the contract or rates. However, increase in quantity of any particular item upto
25% of the tendered quantity the rate quoted/accepted will remain in force. It shall be definitely
understood that the Corporation does not accept any responsibility for the correctness or
completeness of the quantities shown in the schedule. The schedule is liable to alternation by
omission or addition or deduction and such omissions, additions and deductions shall in no
case invalidate the contract and no extra monetary compensation will be entertained. At any
point of time, the contract can be terminated if so desired by the Corporation without assigning
any reason thereof after issue of notice in writing by the Corporation before 30 days of the
proposed date of termination. In the event of such termination, the Contractor shall not be
entitled to any monetary compensation whatsoever.
4. It is the responsibility of the Contractor to ensure production of quality concrete of required
strength and durability which shall be ascertained by regular field and Laboratory tests in
accordance with IS:516 and other relevant Indian Standards. All cost involving such test shall
be borne by the Contractor.
5. The Contractor shall provide at site required proper plant and machinery including testing
equipment’s, instruments etc., for concrete at his own cost. The Contractor shall not be paid
any thing extra for carrying out any test as directed either at site or at Laboratory. In case of
Laboratory test , the name of the Laboratory or Institutions shall be suggested by IDCO.
93
6. INSURANCE AGAINST FIRE, ACCIDENT, DAMAGE AND THEFT:
a) The Contractor shall ensure that he and his sub-contractors use one safe and reliable
equipment’s. The Contractor shall be responsible for the safe custody and storage of all
equipment’s, materials, construction tools, tackles and machinery at the site which are covered
by this contract. All Contractor’s equipment shall be at the sole risk of the Contractor. The
Contractor shall take necessary insurance cover for all tools, tackles and other constructions
equipment’s and machinery and materials, owned hired or used by the Contractor for
performance of the works but which does not form a part of the permanent work. The
Contractor shall take necessary action to protect to protect all finished or partially finished
construction and protect adjacent or adjoining properly which might be damaged by the process
of construction or erection. All expenses incurred for ensuring the above shall be at the
Contractor’s account.
b) The Contractor shall at the time of signing the contract insure the works and keep them insured
until the completion of the contract against loss or damage by fire, theft or other accident in an
Office to be approved by IDCO, Bhubaneswar in the joint names of the owner and Contractor
(the name of the former being placed first in the policy) for full amount of the contract and for
any further sum called upon to do so by IDCO, the premium of such further sum being allowed
to the Contractor as an authorised extra. Such policy shall cover the property of the IDCO only,
fees for assessing the claim and in connection with the Service generally therein, and shall not
cover any property of the Contractor or any sub-contractor or Employees. The Contractor shall
deposit the policy and receipt for the premiums with the IDCO within Twenty one days from the
date of signing the contract unless otherwise instructed by IDCO. In default of the Contractor
insuring as provided above, IDCO on his behalf may so insure and may deduct the premiums
paid from any money due or which may become due to the Contractor. The Contractor shall as
soon as the claim under policy is settled or the work reinstated by the Insurance Office, should
they select to do so, proceed with all due diligence with the completion of the works in the same
manner as though the fire had not occurred and in all respects under the same conditions of the
contract, the Contractor in case of rebuilding or reinstatement after fire, shall be entitled to such
extension of time for completion as IDCO deems fit.
The amount so due as aforesaid shall be the total value of the works duly executed and of the
contract materials and goods delivered upon the site for use in the works up to and including a
date not more than seven days prior to the date of the said certificate less than amount to be
retained by IDCO (as hereinafter provided) and less any installments paid under this article
provided that such certificates shall only include the value of the said materials and goods as
and from time as they are responsible, properly and not prematurely brought upon the site and
then only if properly stored and/or protected against weather.
94
7.(a) Steel reinforcement if available shall be supplied by the Corporation either in the form of coils
or in Standard straight lengths normally available in the market.
(b) No extra payment shall be made to the Contractor for straightening the coiled or bent rods.
8. The measurement of steel reinforcement shall be made on the basis of linear measurement as
per standard practice. For the purpose of recovery of the quantity of steel utilised in the work,
will be calculated on the basis of standard unit weight of various size bars as mentioned below.
In case of any deviation in unit weight from the standard weights mentioned below by more
than the percentage allowed by code the same shall be to the Contractor's account. No
compensation shall be paid for such variation in unit weight.
Nominal size of Bar in mm
Weight per Metre in Kg.
Nominal size of bar in mm.
Weight per Metre in Kg.
6 0.222 16 1.58
8 0.395 20 2.47
10 0.617 25 3.85
12 0.888 28 4.83
9. All centering/ shuttering and scaffolding shall be of steel materials of approved quality and
confirming to relevant BIS specification. Use of timber in the Centering/ shuttering shall not be
permitted except where essentially required and unavoidable.
In any case the centering, shuttering work shall be rigid smooth and leak proof so that the
resulting concrete members are free from undulations, honey combs and are true to size.
10. All concrete structure will be exposed smooth. However, where the columns, beams, ceilings
and RC walls are actually plastered, the same shall be done in approved proportion of cement
mortar and payment shall be made for such plastering actually done at the quoted rate for such
item in the contract.
11. It is the Contractor’s responsibility to correctly demarcate the layout and orientation of the
building and fixation of the level pillars at site by his own technical staff as directed by
Corporation.
All expenditure in connection with tool and plants instrument materials etc., required in
connection with demarcation of layout including minor levelling the ground, fixation of level,
bench marks and centre line etc., shall be borne by the Contractor.
12. The Contractor before any casting of RCC works/ plastering works/ flooring work shall obtain
the services/ clearance from the Officer authorised by the Corporation.
13. Dewatering of foundations where necessary shall be borne by the Contractor.
95
14. As regards extra items of work, extra quantity of any item in excess of the schedule, order must
be obtained from the Corporation and in such cases, the matter shall be dealt as per provision
of Clause-11 of the Contract.
15. The Contractor shall be responsible for any accident to any person and shall have to bear the
cost of all litigation arising out of any such accident and also for the payment of any money,
damages or compensation payable in respect of such accident to any person, employed by him
for the work in any capacity whatsoever.
16. The Contractor shall submit to the Authorised Officer of the Corporation monthly return of
labour both skilled and unskilled employed by him on the work.
17. No monetary compensation shall be entertained on account of natural calamities like cyclone,
earthquake and flood etc., but suitable extension of time may be granted by the Corporation on
consideration of the application of the Contractor.
18. Provisional deduction towards Sales Tax and Income Tax shall be made from each and every
bill of the Contractor.
19. The rates quoted by the Contractor shall be inclusive of transportation, carriage, lead, loading,
unloading al taxes, levy, octroi etc. including contract of the State Government and Excise
duties. In the event of variation on the above taxes, levies, duties etc. rates shall not be
changed.
20. If the Contractor removes any Corporation materials or stock supplied to him from the site of
work with a view to dispose off the same dishonestly, he shall, in addition to any other liabilities
Civil or Criminal arising out of the contract be liable to pay a penalty equivalent to five times the
price of the materials on stock, accounting to the stipulated rate and the penalty so imposed
shall be recovered from any sum that may then or at any time thereafter become due to the
Contractor or from his security deposit or the proceeds of sale thereof
21. The Contractor should be fully liable to indemnify the Corporation for payment of any
compensation under workmen’s compensation Act VIII of 1923 on account of the workmen
being employed by him and the full amount of compensation paid will recovered from the
Contractor.
22. Every tenderer is expected before quoting his rates to inspect the site of proposed work. He
should also inspect the quarries and satisfy himself about the quality and availability of
materials, medical aids, labour and food stuffs etc., and the rates may be inclusive of all the
items of work. In every case the materials must comply with the relevant specification.
23. For the purpose of jurisdiction in the event of dispute, if any, contract should be deemed to
have been entered into at the place, where the contract is signed on behalf of the Corporation
within the State of Orissa and it is agreed that, either party to the contract or the agreement will
be competent to bring a suit in regard to the matters covered by this contract at Bhubaneswar
within the State of Orissa.
96
24. After the work is finished, all surplus materials and debris are to be removed by the Contractor
and preliminary works such as vats, mixing platforms etc. are to be dismantled and all the
materials are to be removed from the site. No extra payment will be made to the Contractor on
this account. The rate quoted should be inclusive of all these items.
25. The Corporation will have the right to inspect the scaffolding and centering made for the work
and can reject partly or fully such structure if found defective in their opinion.
26. The Contractor will have to arrange for water supply and electricity at his own cost for all works
and make sanitary arrangements for his workmen employed at his own cost for his labour
camps. Contractor has to arrange adequate lighting arrangements for night work whenever
necessary at his own cost.
27. The tenderer shall have to abide by the C.P.W.D. Safety Code introduced by the Government
of India, Ministry of Works Housing and Supply in their standard order No.44250 Dt.25.11.57.
28. The Corporation will have the right to supply at any time in the interest of work any Deptt.
materials to be used in the work in addition to those mentioned in Clause-IC(b) conditions of
contract and the Contractor shall use such materials without any controversy or dispute on that
account. The rates of such materials will be at the stock issue rates fixed by the Corporation
plus storage charges or market rates prevailing at the time of supply whichever is higher.
29. The Contractor will be responsible for the loss or damage if any, departmental materials,
equipment’s supplied to him under condition No.9 of the General Conditions and No.35 of the
Special Conditions of Contract during execution of work due to any reasons whatsoever and
the cost of such materials will be recovered from him at the prevailing stock issue rates plus
storage charges or market rates whichever is higher.
30. When any items of work not specifically covered by the accepted tender or contract, is to be
executed, it can be taken up departmentally or through any other agency as the Corporation
fees fit.
31. In selection of fittings/ glazed tiles, stone/ grills/ paints etc., the decision of the Corporation is
final in regard to quality, make, shade etc.
32. No part of the contract shall be sublet without written permission of the Corporation or transfer
be made by Power of Attorney authorising others to receive payment on the Contractor’s
behalf.
33. Under no circumstances interest is chargeable for the dues or additional dues if any payable for
the work. (As per Orissa Works Department’s letter No.3662 Dt.20.12.79).
34. The Contractor shall make all arrangements at his own cost for proper storage of materials and
guarding the same.
97
35. The Corporation reserves the right to delete any item of work incorporated in this agreement
from the scope of the contract and execute the same either departmentally or through other
agency, without assigning any reason thereof. Such deletion shall not invalidate the contract
and no monetary compensation whatsoever shall be paid to the Contractor in this regard.
36. The Contractor shall carry out all the required tests for the works at his own cost in the manner
prescribed in relevant I.S. Codes. The tests should be done in presence of the authorised
person of the Corporation or his sub-ordinate and duly certified by him regarding the
correctness of the tests. The Contractor shall submit a copy of the test results to the authorised
Officer of the Corporation immediately after the test. In case the Contractor fails to carry out the
tests in the manner prescribed in the relevant I.S. Code, the same shall be carried out by the
Corporation and the cost so involved shall be recovered from any amount due to the
Contractor.
37. In case some machineries are available with the Corporation the same can be utilised by the
Contractor on payment of the prescribed hire charges to Corporation. The hire charges as fixed
by the Corporation shall be binding on the Contractor.
38. The Contractor has to provide a net work of pipe lines for proper watering and curing of the
works and provide outlet points at suitable places at his own cost. Curing shall be done by the
Contractor at his own cost with an arrangement of flexible pipes and nozzles etc. The cost of
energy charges, for running of pumps, machineries and lighting arrangements etc. are to be
borne by the Contractor. If at any stage , it is observed that the curing being done by the
Contractor is not proper and acceptable to the Corporation then the same shall be got done by
the Corporation departmentally, or through other agency on actual cost + 25% basis without an
prior notice to the Contractor. This amount with 25% surcharge shall be recovered by the
Corporation from any amount due to the Contractor.
39. The Corporation will at his discretion and convenience and for the duration of the execution of
the work may provide land for construction of Contractors field, office, godowns work shops and
assembly yard required for the execution of the contract nearest to the site. The tenderer shall
at his own cost construct all these temporary buildings structures and provide suitable water
supply and sanitary arrangement as approved by the authorised officer of IDCO and other
inspectorates.
40. MATERIALS OBTAINED FROM DISMANTLING :
If the Contractor in the course of execution of the work is called upon to dismantle any part for
reasons other than those stipulated specifically in the tender else where the materials obtaining
in the work of dismantling etc. will be considered as the Corporation’s property and will be
disposed off to the best advantage of the Corporation.
98
41. WORKS ON SUNDAYS & HOLIDAYS
For carrying out works on Sundays and holidays except curing, the Contractor will approach the
authorised Officer of IDCO or his representative at least two days in advance and obtain
permission in writing. The Contractor shall observe all labour laws and other statutory rules and
regulations in force. In case of any violation of such laws, rules and regulations, consequence if
any, including the cost there to shall be exclusively borne by the Contractor and the Corporation
shall have no liability whatsoever on this account.
42. The Contractor is required to abide by the fair wages clause as introduced by the Govt. of
Orissa in Works Deptt., letter No.LA-VIIR-18-16/52/75 Dt.26.02.1965, No.II-36/61-28812(A)
Dtd.27.5.1961 and No.IIM-58-77-22059 Dtd.16.8.1977 or as modified from time to time.
43. The Corporation reserves the right to award a single group or more groups to any tenderer
depending on his capability as ensured by the authorised officer of IDCO and also reserves the
right to accept or reject any or all offers without assigning any reason thereof.
44. Cement, Steel and any other materials as may be decided by the Corporation will be issued to
the Contractor from time to time according to requirement against signed receipts. The cement
consumption register will be maintained at site.
45. The Contractor will enlist himself with State Labour Department and with Regional Provident
Fund Commissioner and will abide by the statutory rules and acts being enforced by them like
labour license etc. In case of any complaint by them, pecuniary or otherwise. IDCO is entitled to
recover such of their claims from the dues of the Contractor and dispose the same as instructed
by them and may terminate the contract, in case of violation.
46. The Contractor shall be required to obtain requisite license from the concerned Labour Officer
for employment of labours in work and should follow the prevailing labour laws.
47. Empty Cement bags shall not be taken back by the Corporation and the same shall the
property of the Contractor. However, recovery shall be effected @ Rs.1.50 (Rupees One and
paise fifty) only per each empty cement bag from the bills of the Contractor. If cement has been
issued by the Corporation from its stores.
48. Concrete for reinforcement, cement concrete and flooring shall generally be machine mixed,
unless otherwise permitted by authorised Officer of IDCO. Concrete mixer if available can be
supplied by the Corporation at approved hire charges of the Corporation, which will include the
running and maintenance and salary of the machine operator.
49. Cut pieces of steel reinforcement shall not be taken back by the Corporation, and shall be
utilised by the Contractor as far as practicable. However, the quantity of cut pieces resulting
after bonafide consumption is required to be duly certified by the Engineer-in-charge which will
99
be accounted for and recovery shall be effected at the issue rate stipulated in the contract. The
Contractor can dispose the scrap steel after obtaining due approval of the Corporation.
50. All gold, silver and other things of any subscriptions, precious stones, coins, treasures, relics,
antiques, and other similar things which shall be found in, under or upon the site, shall be the
property of the Corporation.
51. Price escalation will not be allowed under any circumstances. The Contractor should quote his
rates taking the above into consideration.
Signature of Contractor
\
100
SPECIAL TERMS & CONDITIONS FOR SAFETY MEASURES
1. The Contractor shall barricade all openings near his work place properly.
2. The Contractor should use sand materials for staging and shuttering work. It should be strong
enough to take the load. If staging and shuttering work are to be executed on filled up area,
care should be taken to see that the filed up earth/sand are properly rammed.
3. The Contractor shall provide temporary hand rails to al staircases for use by the workers and
supervising officers.
4. The temporary staircases made during concreting should be strong enough for movement of
workers with materials.
5. During de-shuttering operation suitable care should be taken so that the shuttering materials
will not fall on any body.
6. All external and internal scaffolding works for plastering, painting etc. are to be done properly.
Safety belts should be used by the worker while working.
7. Any other safety measures that may be required during construction should also be taken in
addition to the measures mentioned above.
8. The Contractor should have one First Aid Box at the site to provide First Aid to the workers.
9. Suitable steps should be taken for any fire during execution of work either from direct fire or
from electric fire.
10. Suitable lighting arrangement should be made during execution of the work.
11. Reinforcement and other materials should be properly kept so that they do not interfere in
execution of work.
12. The Contractor shall not keep any labour inside the incomplete building during construction.
13. Temporary electric lines should be properly drawn and all labour should be instructed to be
careful while using the same.
14. Safety helmets should be used by the worker and supervision during execution of the work.
15. No overhead lines should be erected while doing reinforcement on concreting works.
16. Before locking of any room it should be checked by the watchman if any workers are inside.
17. ESI insurance should be obtained for the labourers by the Contractor against any accident.
18. Special Pre-caution for operational control for the construction sites as per functional procedure
of ISO-14001.
(a) The approach to the construction site is accessible and relatively free for plying of
materials, transport vehicles as well as vehicle of workers/ supervisors and inspecting
officials.
(b) During dry weather, regular sprinkling of water is done in the construction areas to
ensure control of suspended particles like dust etc.
101
(c) The construction materials like bricks/ laterite stone/ metal/ chips/ steel rods/ sand etc.
are stacked/ stored in proper manner in identified locations. Cement is stored in a
proper shed as per BIS Code.
(d) Construction water/ seepage water is properly drained out to avoid water logging in the
construction areas.
(e) Solid waste/ debris are collected and dumped at identified locations before disposal
thereof at designated places/ areas. This locations is barricaded so as to ensure that the
waste materials like, broken glass, pointed nails, steel scraps with sharp edge etc. do
not cause physically injuries to the workers or supervisor or visitors.
(f) Reusable materials like empty containers, empty cement bags, wooden/ steel centering,
shuttering plates/ planks etc. are properly stacked for carrying those to other
construction sites/ Central Stores.
(g) The vehicles which carry debris/ excess earth etc. from the construction sites are not
allowed to be over loaded nor these vehicles are allowed to speed up beyond a given
speed limit so as to ensure that these materials do not get spilled during transportation
and thereby pollute the atmosphere.
(h) Dug-up areas/ pits, openings on upper floors are properly barricaded to avoid accident
to workers/ others.
(i) Provision is made for safe drinking water at the construction site for use by the
labourers and other persons working/ supervising works there.
(j) Wastage of construction water is avoided.
(k) As far as practicable dust-preventing masks, safety belts and helmets, industrial gloves
etc. are provided to the workers to avoid possible accidents and physical injuries to
them.
(l) First Aid Box is kept to attend to minor injuries immediately.
(m) The address and telephone numbers of the nearest Police Station, Fire Brigade and
Hospital are recorded on a display board for information of all concerned.
The Contractor should take all necessary steps as mentioned above without any
additional claim to the Corporation.
Chief General Manager (P&C)IDCO
102
BID DOCUMENTS
For the workConstruction of Balance work
of tourist reception & cultural
information centre at kendrapara
financial Bid
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION
103
TENDER SCHEDULEName of work :Construction of balance work of Tourist Reception & Cultural
Information Centre at Kendrapara.Estimated cost : Rs 37.44 lakhsC I V I L W O R K SSl.No
Item Unit Qnty. Rate inFigure/Word
Amount
1 2 3 4 5 61 Filling foundation trenches and plinth with
sand well watered and compacted and top surface dressed and leveled to proper gradient in layers of 0.225 mtr including cost of all materials, labour, sundries, T&P etc. and cost of sand including conveyance, all taxes and royalties, loading and unloading as per direction of the Engineer-in-charge
Cum 1570.23
2 Supplying, diluting and preparing chemical emulsion like CHLORPYRIPHOS or other chemicals approved by Central Insecticides Board or as directed by the manufacturer and spraying the mixture uniformly by sprayer as pre-constructional anti termite treatment and creating a chemical barrier under and around the column pits, wall trenches, basement excavation, top surface of plinth filling, junction of walls and floors along with external perimeter of the building, expansion joints, surrounding the pipes and conduits etc. complete at the rate of 7.5 litres (or as directed by the manufacturer) per sqm on vertical and 5.0 litres per sqm on horizontal surfaces, 50% of the emulsion to be filled in the holes made in trenches at 150mm center to center etc.complete as per IS:6313/1981(Part-II) and as per the direction of the Engineer-in-charge including cost of all materials, labour, taxes, etc. complete.( The payment shall be made on the basis of actual plinth area of the building at ground floor and vertical faces will not be measured for payment). Note- The contractor shall have to furnish ten years guarantees to maintain the anti-termite treated area/ structure free from termite. In addition to the 10 years guarantee furnished as above, the contractor shall have to furnish ten years (after certificate of final completion) Bank Guarantee Bond issued by any Nationalized Bank executed in favour of IDCO/ Client as directed in the prescribed proforma available in the tender document for an amount of 10% (ten percent) of cost of this estimate.No. of Corrections: No. of Overwriting:No. of interpolations
Sqm 481.00
106
Signature of Contractor
1 2 3 4 5 63 Providing 1st class K.B.bricks masonry work
(250mmx80x120cm size) having crushing strength not less than 75Kg/Sqcm in cement mortar (1:6) after immersing the bricks for minimum 6 hours in water before use with all necessary projections, splays cutting, circular moulding, corbelling etc as per drawings. Including cost, conveyance, all taxes, royalties, loading and unloading of all materials and all labour, scaffolding, watering and curing, sundries, T&P etc. complete as per the direction of the Engineer-in-charge.
a. In foundation Cum 11.40
b. In superstructure Ground floor Cum 29.77
First Floor Cum 30.93
4 Providing and laying plain cement concrete (1:4:8) in foundation trenches and bottom layers of flooring and in the pipe lines and drains etc. using 40mm size black hard crusher broken granite metal of approved quality from approved quarry including mixing, lowering laying and compacting to proper thickness, watering and curing for the required period including cost of all materials with all taxes and royalties, loading and unloading conveyance, all labour, all sundries and T&P etc. complete as per direction of the Engineer-in-charge,
Cum 35.16
5 Providing, lifting, hoisting and laying Reinforced cement concrete of M-20 Grade in footing, Plinth Band, Lintels, Chajja, Shelf fins, Roof slabs, Balconies, Staircase, Column, Beam Parapets, Window sills, Lofts, Railings etc. with 12mm to 20mm size black hard crusher broken granite chips of approved quality from approved quarry including mixing and compacting to proper shape and size, level and plumbs and finishing the exposed surfaces smooth, scaffolding, watering and curing for the required period including cost of all materials with taxes, royalties transportation, loading and unloading, all labour, sundries, T&P including hire & running charges of concrete mixer and vibrator etc completed as per direction of the Engineer-in-charge but excluding the cost of materials and labour for reinforcement bars , centering and shuttering for the work.
107
(a) In Ground floor Cum 97.93
(b) In first floorNo. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Cum 3.39
1 2 3 4 5 66 Providing, fixing TOR Fe-415 reinforcement
bars for RCC work of required diameter of approved quality with straightening, cutting, bending, binding welding and joining (if necessary) and tying the grills and placing in position as required for R.C.C. work and providing fan hooks, hoisting, lowering and laying including cost, conveyance and taxes of M.S. Rods or tor steel and binding wires of 18 to 20 gauge and labour required for the work for bending, binding and tying the grills in all heights as per the specification & direction of E-I-C. (Linear measurements will be taken & quantity will be calculated on standard weight. Weight of binding wire will not be considered for measurement.)(a) In ground floor
Qtl 127.76(b) In first floor
Qtl 11.707 Providing strong, rigid & smooth, leveled and
plumbed, centering and shuttering to required shape and size for all kinds of R.C.C. works in the items mentioned below with wooden or steel centering materials with all necessary bracing and ties and supports with level centering covered with bituminous paper including provision of necessary holes and pockets for electrical conduit pipes, P.H. pipes, fan hooks or boxes, switch board insert plates, clamps and extension bars etc. and dismantling and removing all shuttering after required interval from the date of casting, including cost of all materials with transportation, taxes, loading, unloading ,all labour, sundries, T&P scaffolding etc. complete as per the direction of the Engineer-in-chargeIn Ground Floor
(a) Pile cap Sqm 11.58
(b) In Column & Beam Sqm 346.29
(c) In Lintel Sqm 45.65
(d) In roof, chajja & shelves Sqm 426.34
(e) In Stair case Sqm 22.60
108
In 1st. Floor
(a) In Column & BeamNo. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Sqm 95.97
1 2 3 4 5 68 Providing 1st class K.B.bricks masonry work
(250mmx80x120cm size) having crushing strength not less than 75Kg/Sqcm in cement mortar (1:4) for half brick brick masonry (125 mm) walls with provision of 2nos 6mm dia. M.S. bars at each 4th layer after immersing the bricks for minimum 6 hours in water before use with all necessary projections, splays cutting, circular moulding, corbelling etc as per drawings. Including cost, conveyance, all taxes, royalties, loading and unloading of all materials and all labour for work including scaffolding, watering and curing, sundries, T&P etc. complete as per the direction of the Engineer-in-charge.
Ground floor Cum 52.20
First Floor Cum 10.44
9 Providing 12mm thick cement plaster with cement mortar of (1:4) including neat cement punning, finished smooth to proper level with bitumen painting over top of walls as bearing plaster including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing , sundries and T&P etc. complete as per direction of the Engineer-in-charge
Sqm 57.50
10 Providing 12mm thick cement plaster to the outside surface of brick masonry wall with cement mortar (1:6) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth using wooden floats only to proper plumbs and level and making grooves, beads and drip coarse to give required ornamental finish as per drawings including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing, sundries and T&P etc. complete as per direction of the Engineer-in-charge
109
(a) In ground floor Sqm 656.63
(b) In first floor
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Sqm 127.62
1 2 3 4 5 611 Providing 16mm thick cement plaster to the
inside surface of brick masonry wall with cement mortar (1:6) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth using wooden floats only to proper plumbs and level and making grooves, beads and drip coarse to give required ornamental finish as per drawings including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing, sundries and T&P etc. complete as per direction of the Engineer-in-charge
(a) In ground floor Sqm 1011.27
(b) In first floor Sqm 102.11
12. Providing 6mm thick cement plaster with cement mortar of (1:4) to ceilings of roof slabs, stairs, landings, chajja, shelf, column, beams and lofts etc. including roughening, scraping and cleaning and finishing the plastered surface smooth using wooden floats only to proper plumbs and level, making grooves, beads and drip coarse to give required ornamental finish as per drawings including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing , sundries and T&P etc. complete as per direction of the Engineer-in-charge
Sqm 721.20
13. Providing & fixing vitrified Ceramic floor tiles (Best Quality) of size 300mmx 300mm x 8mm Spartek or equivalent make confirming to IS specifications having minimum breaking strength 1400 kg/sq.cm in floor over 25mm thick cement mortar (1: 3) to proper slope, line and level including cutting to required size and shape, fixing at corners and splays etc. including filling the joints with white cement and color pigment to match the color
Sqm 134.74
110
and shade of tiles, cleaning the surface with Oxalic acid and polishing complete as per the design & drawing with cost of all materials, labour, conveyance, taxes , T&P etc. complete as per the direction of E-I-C.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
1 2 3 4 5 614. Providing & fixing Ceramic floor tile (Best
Quality) of size 300mmx 300mm x 8mm confirming to IS specifications in floor over 25mm thick cement mortar ( 1: 3) to proper slope, line and level including cutting to required size and shape, fixing at corners and splays etc. including filling the joints with white cement and color pigment to match the color and shade of tiles, cleaning the surface with Oxalic acid and polishing complete as per the design & drawing with cost of all materials, labour, conveyance, taxes , T&P etc. complete as per the direction of E-I-C.
Sqm 220.97
15 Providing & laying 45mm thick approved Marble stone flooring using 20mm thick Marble stone (makrana / Dunguri) of approved quality, colour and size between 0.4 Sqm. To 1.0 Sqm. & above in floors and stairs over an under layer of 25mm thick base of cement mortar (1:3) (1 cement: 3 coarse sand) confirming to IS-1443/1972 including cutting to size, laying and joining with white cement slurry and colouring pigment to match the shade including machine grinding and polishing, rounding the edges of stone in steps in steps including cost of all labour, materials, taxes, royalties, loading and unloading, conveyance, sundries, watering and curing, etc. complete as per drawing and direction of the Engineer-in-Charge in all floors. (Note- Sample of Marble Stone shall be approved before procurement and use.)
Sqm 89.36
16 Providing & fixing approved Marble stone (makrana/Dunguri) in Dado / skirting upto required height using 20mm thick marble stone of approved quality, colour and size over 12mm thick cement plaster (1:3) and grouting the joints with white cement slurry and colouring pigment to match the shade including cutting to shape, rubbing and polishing, cost of all labour, materials, taxes,
Sqm 7.36
111
royalties, loading and unloading, conveyance, sundries, watering and curing etc. complete as per drawing and direction of the Engineer-in-Charge. (Note- Sample of Marble Stone shall be approved before procurement and use.)No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
1 2 3 4 5 617 Providing & fixing vitrified Ceramic tiles (Best
Quality) of size 300mmx 300mm x 8mm Spartek or equivalent make confirming to IS specifications having minimum breaking strength 1400 kg/sq.cm in dada/skirting over 12mm thick cement mortar (1: 3) to proper slope, line and level including cutting to required size and shape, fixing at corners and splays etc. including filling the joints with white cement and color pigment to match the color and shade of tiles, cleaning the surface with Oxalic acid and polishing complete as per the design & drawing with cost of all materials, labour, conveyance, taxes , T&P etc. complete as per the direction of E-I-C.
Sqm 14.73
18 Providing standard quality 6mm thick glazed ceramic tiles up to required height from floor level of approved colour and make like Johnson/Bell/ Regency or equivalent confirming to IS specification in Dado/Skirting in Toilets fixed in neat cement slurry after soaking the tiles in water and fixing over 12mm thick cement plaster in CM (1:3) filling joints with white cement mixed with colouring pigments to match the colour and shade including washing and cleaning with Oxalic acid including cost of all materials, labour, taxes, transportation, loading & unloading, royalties, sundries, T&P, watering and curing etc. complete in all floors as per direction of the Engineer-in-Charge
Sqm 154.44
19 Supplying, fitting and fixing in position well dressed, well seasoned Sal wood choukaths size (75mmx125mm) free from serious defects such as dead knots, flows etc. in all floors including two coats of termite proof wood preservatives to Rear surface of frames in contact with concrete and masonry surface fitted with 6 nos. of W.I. Clamps and required screws of approved quality
Cum 1.60
112
including cutting legs to sizes, cutting holes in walls, fixing in CC 1:2:4 including cost, conveyance, royalties and taxes of all materials and cost of all labour T & P required for the work complete as per the direction of E-I-C.
20 Providing, fitting, fixing 15 micron anodized silver satin mat finish Aluminium two track sliding windows made out of OEL extruded section no.4096, 4095, 9777, 9778, 4148 or equivalent with 4mm thick transparent float glass of Modi Guard. Asahi or equivalent make, EPDM gasket, weather pile, marutee lock, Aluminium handles, rollers, steel screws, rowl plugs etc. complete in all respect including cost, conveyance, royalties and taxes of all materials and cost of all labour T & P required for the work complete as per the direction of E-I-C.No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Sqm 13.00
1 2 3 4 5 621 Providing and fixing 35mm thick both side
teak wood veneered factory made flush door shutters made out of well seasoned and treated second class hard wood frame with block board construction having 3-ply veneering on both side and teak veneering on each face as per ISI specifications including cost of necessary brass fixtures such as tower bolt, Aldrops, Cylinder rim night latch, Handles, Door stopper, Rubber buffer etc. finished with three or more coats of French polish including cost of all materials, labour, taxes, transportation, loading, unloading etc. complete as per the direction of E -I-C in all floors.
Sqm 15.00
22 Supplying, fitting & fixing of 35mm thick factory made panel door shutters with approved quality primer made of kiln seasoned chemically treated Sal wood free from serious defects such as dead knots, flows, and shakes etc having panel made of 18mm thick BWP marine ply of standard quality of Kitply or equivalent approved make confirming to IS:710/1976of latest edition, the style and top rails shall be 100mm wide & lock & bottom rails shall be 150mm and 175mm wide respectively as per drawing including the cost of fitting and fixing and all approved standard quality aluminium hardware fittings and fixtures including cost of all materials, labours, transportations, taxes, sundries and T&P etc. complete the direction of the E-I-C.
Sqm 3.28
23 Providing, fitting, fixing 15 micron anodized silver satin mat finish Aluminium double leaf
113
swing doors made out of OEL extruded section no.9221, 9220, 9202, 9201, 9473, 9240, 4660 or equivalent with 5mm thick transparent float glass of Modi Guard. Asahi or equivalent make, EPDM gasket, vertical piles, door lock, floor springs, door handles, steel screws, rowl plugs etc. complete in all respect including cost, conveyance, royalties and taxes of all materials and cost of all labour T & P required for the work complete as per the direction of E-I-C.
Sqm 6.30
24 Providing, fitting, fixing 15 micron anodized silver satin mat finish Aluminium Stair case hand rail made out of OEL extruded section no.5116, F081, 9769 or equivalent over 20mm size square aluminium balustrades of approved quality properly anchored to the floor of the staircase steps etc. complete including cost of all materials, labour, transportations, taxes, loading, unloading, scaffolding, sundries and T&P etc. complete as per the direction of E-I- C.No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Rmt 12.00
1 2 3 4 5 625 Providing 12mm thick ornamental cement
plaster on the out side surface of brick corbelled masonry work with cement mortar of mix (1:6) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth using wooden float only to proper plumbs and level, making necessary grooves, bids and drip course to give required ornamental finish as per the drawing including cost the all materials, conveyance, loading and unloading all taxes and royalties, all labour, scaffolding, watering and curing, screening sand, sundries and T&P etc. complete at all heights as per the direction of E-I- C.
Sqm 117.00
26 Providing, Painting two coats of Acrylic base washable Distemper paints of approved shade (ASIAN PAINTS, BERGER, DUCO, ICI etc make or equivalent) over a coat of primer by means of brush to inside surface of new walls after treating the surface of walls with plaster of Paris, including preparation of base and finishing the surface smooth including all cost of materials, labour, watering & curing T&P etc. complete as per the direction of E-I-C.
a) In ground floor Sqm 1235.60
114
b) In first floor Sqm 102.11
27 Providing plinth protection 600mm wide having inner wall of 250x450mm in K.B.Bricks masonry in CM (1:6) over 75mm thick base PCC (1:4:8), 75mm thick inside sand filling, 75mm thick flooring base in CC (1:4:8 ) with top CC( 1:2:4)- 38m thick with chequeres , 230x230mm size drain on outer edge of the plinth protection with outside wall of 125mm thick in KB Brick masonry in CM (1:4) , 12mm thick C.P in C.M.1:4 including punning complete with necessary slopes, dressing and leveling the earth all round the building including the cost of all materials, labour, all taxes, royalties, transportation, loading and unloading, watering and curing, sundries T&P etc. complete as directed by the of E-I-C.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Rmt 101.60
1 2 3 4 5 628 Providing and fixing 110mm dia PVC rain
water pipes with spigot and socket and all necessary HDPE specials such as tees, bends, loops, socket, shoes, clamps etc. including jointing materials as per the manufacturer's specification, cutting holes in the walls and floors mending and making good the same, with fixing the vertical lines by HDPE clamps of approved design including providing seasoned hard wood wedge fixed to wall, cutting holes in walls, mending and making good the damage in cement mortar (1:4) including fixing the clamp to wooden wedges with brass screws using necessary scaffolding etc. complete for all heights including the cost of all materials, labour, taxes, royalties, transportation, loading and unloading, sundries T&P etc. complete as directed by the of E-I-C.
Rmt 51.00
29 Supplying, fitting and fixing of properly welded M.S. Grills to windows made of M.S. flats and square bars as per approved drawing and design including a coat of metallic primer and required hardware fixtures such as screws etc. Including cost of all labour and materials, taxes, royalties, transportation, loading and unloading, sundries T&P etc. complete as directed by
kg 2130.75
115
the of E-I-C.
30 Providing fitting & fixing of M.S grill door & gates of approved design, frame made out of M.S angle of size 40x40x6mm and grills in flat & square bars welded clamps, and hinges etc. fixed in position to proper plumb, including a coat of primer with approved quality metallic primer, making holes in walls & grouting clamps with C.C(1:2:4) with 12mm size black hard crusher broken granite chips making good to damages of walls including cost of all materials with taxes, transportation, all labour, sundries, T&P etc. complete as per direction of Engineer in charge.
kg 1207.55
31 Painting with synthetic enamel paint of approved brand Steel work/New Wood work to give an even shade with two or more coats on new work of approved shades (ASIAN PAINTS, BERGER, DUCO, ICI etc make or equivalent) over an under coats of primer of approved brand and manufacturer including cost of all materials with taxes and transportation, all labour, scaffolding, sundries, T&P etc. complete as per the direction of the Engineer-in-charge.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Sqm 215.00
1 2 3 4 5 632 Providing, fixing 32mm thick single piece FRP
side hung door shutter of approved colour and make including all necessary fittings, fixtures, aluminium handles, door closer, aluminium tower bolt, aluminium aldrop etc. Complete as per the drawings and fixed to the wooden choukaths including cost of all materials with all taxes, transportation, loading, unloading, royalties, T&P labour, curing, sundries etc. complete as per the direction of the Engineer-in-Charge in all floors.
a) In ground floor sqm 17.50
b) In first floor sqm 1.89
33 Providing, mixing & laying cement concrete of proportion (1:4:8) using Brick bats of 1st class K.B.Bricks to columns, including cost and conveyance of all materials, all taxes, royalties, all labour, T&P, sundries,
cum 4.41
116
scaffoldings etc complete as per the direction the Engineer-in-Charge.
34 Providing, supplying, fitting & fixing 100 x 50 x 6mm M.S.channels in roof frame including painting two coats with aluminum paints over a coat of primer, including hoisting and fixing the channels in proper position, concreting the end portions by grouting in c.c (1:2:4), with cost & conveyance of all materials, all labour, T&P, sundries, scaffoldings etc complete.
kg 600.0
35 Providing, supplying and fixing A.C.sheets in roof, including fixing of ridges, wind ties etc. by drilling holes & fixing with necessary hooks and washers etc. complete, including cost & conveyance of all materials, all taxes, all labour, T&P, sundries, scaffolding etc. complete, as per the direction of the Engr. in Charge.
sqm 86.16
36 Providing and fixing gypsum board suspended false ceiling (single layers) in different levels, recesses, flat areas as per design with G.I. Framework (perimeter channels, intermediate channels and ceiling sections) and 12.5 mm taped edge gypboard screw fixed to ceiling section as per design, complete with fixing and finishing of tapered and square edges of board with jointing compound paper tape and 2 coats suitable primer including all cost of materials, labour, overheads T & P etc., complete.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
sqm 43.60
1 2 3 4 5 637 Painting plastered surfaces to outside walls
with two coats of water proof cement paint of approved manufacturer using the required quantity of paint as specified by the manufacturer to give an even shade over a coat of gray cement wash including watering the surface before applying and curing for the required period as directed by the Engineer in charge including cost of all materials with taxes, transportation, all labour, scaffolding, sundries, T&P etc. complete.a) In ground floor Sqm 656.63
b) In first floor sqm 127.62
38 Providing average 25mm thick grading Concrete with (1:2:2) using 6mm black hard granite chips using 2% water proofing cement compound of approved quality over top of Roof, Terrace, including cost of scaffolding,
Sqm 434.81
117
scraping and cleaning the roof surface, plastering and finishing smooth to proper slope and gradient including cost of all materials, conveyance, taxes and sundries, T&P etc. complete as per direction of the Engineer-in-charge
39 Providing and fixing structural glazing of frame fabricated from roll forming section (NCL Secular System) made of pre-painted steel (base steel) as per IS-513 of 0.6mm thick D quality galvanized as per IS 277 with zinc of 120 gm. / sqm. The glass holding section made of 304 grade stainless steel of 0.8mm thick CRCA section with phosphating are to be used as stiffness inside PPS section as per the design requirement. Sections of 33x57mm for frame / mullions section for reinforcement is of 31x55 (CRCA) glass holding section is of 30x40mm for top and bottom in between is 34 x 22 mm including 5mm reflecting float glass insert with all necessary hardwares job complete to the satisfaction consulting architect/Engineer-in-charge including labour, transportation, taxes etc.
Sqm 25.71
40 Providing, fitting & fixing of aluminium 15 micron anodized silver satin mat finish openable window made out of OEL extruded section no. 2082, 9139, 4124, 4125, 2081 or equivalent with 4mm thick transparent float glass, EPDM gasket, friction stay cum hinges, openable handle, steel screw, rowl plug etc complete in all respect including cost and conveyance of all materials, all taxes, royalties, all labour, T&P, sundries etc complete as per the direction of Engr. in Charge.No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Sqm 40.10
1 2 3 4 5 641 Providing, fitting and of aluminium 15 micron
anodized silver satin mat finish fixed window made out of OEL extruded section no.9221, 9222 etc. or equivalent confirming to IS with 4mm thick transparent float glass free from bubbles, holes or any surface deformation, ISI fittings, fixtures and hardwares like tapper clip etc and fixed to walls or columns with rowl plugs including cost of all materials, labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the Engr. in Charge.
Sqm 11.00
118
42 Providing, fitting, fixing of Aluminum 15 micron anodized silver satin mat finish top hung ventilator made out of OEL extruded section no. 2082,9139,4124,4125,2081 with 4mm transparent float glass, EPDM gasket, friction stay cum hinges, open able handle, steel screw, pvc plug etc complete in all respect, as per the direction of Engr. in Charge.
Sqm 14.00
INTERNAL W/S & SANITARY WORKS43 Providing fitting and fixing G.I. Pipes,
complete with G.I. Fittings and clamps cutting the pipe to size threading, jointing with socket and testing, including excavation of pipe line trench and providing scaffolding as per the requirement at site, either to lay the pipes below ground level or to fix the same on the wall surface and roof slab etc. refilling the pipe line trench in layers with the excavated materials and painting the pipes (which are to be concealed or buried under ground), with one coat of anticorrosive paint as per the specification including cost of all materials , labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.
Note: All the pipes should confirm to IS-1239 (Part-I) medium class & bear ISI mark.
a) 25mm dia G.I. Pipe Each Mtr
80.00
b) 20mm dia G.I. Pipe Each Mtr
33.00
c) 15mm dia G.I. Pipe
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each Mtr
37.00
1 2 3 4 5 644 Cutting holes of required size through RCC
roof and floor slab, RCC Chajja & in walls of brick masonry of different thickness, for taking the water supply pipes, waste and soil pipes and fittings of different size through it and making good the damages in cement concrete (1:2:4) , with hard granite chips including curing and cost of all materials, labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.
Each no.
68.00
119
45 Providing & fixing gun metal full way gate valves, class-2, flanged screwed ends, I.S.I. Marked and of approved quality in the water pipe lines, including jointing, either flanged screwed joint, as per the specification including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.a) 25mm gunmetal full way gate valve Each
no.10.00
b) 20mm gunmetal full way gate valve Each no.
4.00
46 Providing fitting and fixing of approved quality C.P. on brass fittings (ISI Marked) and brass fittings as per I.S.S./ I.S.I. Marked, including jointing as per specification with cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.
a) C.P. on brass concealed stop cock 15mm dia
Each no.
8.00
b) C.P. on brass angle stop cock 15mm dia Each no.
21.00
c) C.P. on brass bib cock 15mm dia (long body)
Each no.
8.00
d) C.P. on brass bib cock 15mm dia (standard)
Each no.
13.00
e) C.P. on brass revolving shower 80mm dia with the C.P. on brass arm
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each no.
8.00
1 2 3 4 5 647 Cutting and chiseling the wall surfaces, up
to a depth of 50mm to 80mm, width 100mm for concealing the water supply pipes, and making good the damages in Cement concrete (1:2:4) with hard granite chips and finishing it with cement plaster (1:6) including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.
Each Mtr
90.00
48 Painting the G.I. Pipes and fittings, with 2
120
coats of approved paint, over a coat of priming, including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.
a) 25mm dia G.I. Pipe Each Mtr
75.00
b) 20mm dia G.I. Pipe Each Mtr
15.00
c) 15mm dia G.I. Pipe Each Mtr
10.00
49 Providing & fixing sintex water storage tanks of following capacities on the roof of the building, including supplying and fixing, the G.I. Pipes nipples with Jam nuts, for inlet, outlet, over flow and wash out of required sizes as per specifications including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C.( The jointing of pipes with the tank shold be leak proof.)1000 Ltr capacity Each
no.5.00
50 Providing & fixing 580mm x 440mm, white glazed, vitreous China, Orissa pattern, Indian Water Closet, I.S.I. Marked, with H.C.I. 'P' trap jointing with cement mortar/ cement concrete (1:2:4) all around and at bottom of the closet, as required for rigid fixing, along with 10 ltrs. Capacity plastic flush cistern (low level) with all fittings (I.S.I marked) chromium plated flush bend of required length, cistern bracket, 15mm dia P.V.C. water connection pipe with C.P. on brass coupling as per specifications including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each set
10.00
1 2 3 4 5 651 Providing and fixing white glazed vitreous
China wash hand basin size 550mm x 400mm (I.S.I marked0 and of approved make, central tap, complete with a pair of C.I. Or R.S (built in type) bracket, 32mm dia C.P. brass waste, CP on brass chain & rubber plug, C.P. brass pillar cock (I.S.I. marked), 15mm dia, PVC water connection pipe 450mm long with C.P. union nut. 32mm
Each no.
11.00
121
dia C.P. on brass bottle trap, cutting the wall and making good the damages in Cement concrete (1:2:4) in hard granite chips as per specifications including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C
52 Providing & fixing approved make 5mm thick plate glass Mirror of size 600mm x 450mm beveled edge, complete with 6mm thick masonite or plain A.C. sheet backing, C.P. brass cup screws, wooden plugs, and fixing the same on the wall surface of othe top of W.H.B. as per the specifications cutting the wall and making good othe damages with Cement Concrete (1:2:4) including cost of all materials, labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
Each no.
11.00
53 Providing and fixing C.P. on brass towel rail of size 20mm dia x 600mm long, with C.P. on brass brackets, Screws, wooden plug, cutting the wall and making good the damages in Cement Concrete (1:2:4), with hard granite chips, as per specification including cost of all materials, labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
Each no.
12.00
54 Providing & fixing, C.P. on brass soap tray of size 100mm x 100mm, fixed on wall surface, with wooden plugs and screws etc. including cost of all materials, labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
Each no.
12.00
55 Providing and fixing, white glazed fire clay kitchen sink of size 600mm x 450mm x 200mm, complete with all accessories, like C.I. Or R.S. brackets, 40mm dia C.P. brass waste of standard pattern, 40mm dia P.V.C. waste pipe of required length, including cutting the wall and making good the damages in Cement Concrete (1:2:4) with cost of all materials, labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each no.
1.00
1 2 3 4 5 656 Providing and fixing in position 100 to
125mm dia C.P. on brass grating, on the top of floor trap and at the face of bend outlets, including fixing in Cement Mortar (1:4) including cost of all materials, labour, conveyance, royalties, sundries, T&P etc
Each no.
12.00
122
complete, as per the direction of the E-I-C57 Providing fitting and fixing of the following
H.C.I. Pipes and fittings I.S.I. Marked on the wall surface, below the floor level and ground level, fixing the pipes and fittings on the wall surface, with nails and bobbins and M.S. clamps, wooden plugs and screws/nails, laying the pipes and fittings below ground and floor level, excavation and filling the pipe line trenches in all kinds of soil, gravel and rock, jointing the pipes and fitting with lead and gasket, cuttings the pipes to required length, and testing as per specification including cost of all materials labour, conveyance, royalties, scaffolding, sundries, T&P etc complete, as per the direction of the E-I-C NOTE: All the pipes and fittings to be laid below floor and ground level, should be painted at both inside and outside with one coat of black anticorrosive paint and where as the pipes and fittings laid and fixed above ground level and on wall surface, should be painted with one coat of black anticorrosive paint only on the inside surface of the pipes and fittings. The cost to be included in the offer.a) 100mm dia S.S / D.S.H.C.I. Pipes Each
Mtr115.00
b) 80mm dia S.S / D.S.H.C.I. Pipes Each Mtr
45.00
c) 100 mm x 80mm dia H.C.I. Offset Each No.
11.00
d) 80mm x 80mm dia H.C.I. Offset Each No.
11.00
e) 100mm dia H.C.I. S/J Door Each No.
11.00
f) 80mm dia H.C.I. S/J Door
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each No.
11.00
1 2 3 4 5 6g) 100mm dia H.C.I. P trap Each
No.10.00
h) 100mm dia H.C.I. Gully trap Each 10.00
123
No.
i) 100mm dia H.C.I. Cowl Each No.
10.00
j) 80mm dia H.C.I. Door bend Each No.
18.00
k) 100mm dia H.C.I. H.R. bend Each No.
11.00
l) 80mm dia H.C.I. Cowl Each No.
11.00
m) 80mm dia H.C.I. Plain bend Each No.
10.00
n) 80mm dia H.C.I. Plain Tee Each No.
8.00
58 Supplying all materials and construction brick masonry inspection chamber of size 750mm x 750mm (inside) and depth up to 0.75 Mtr. with Cement Concrete (1:4:8) in hard granite metal, 100mm thick bedding 1st. Class K.B. brick work in Cement Mortar (1:6) in wall of 225mm/ 250mm thick, R.C.C. top cover slab 100mm thick in Cement Concrete (1:2:4) with hard granite chips shaping and moulding the channel inside benching with Cement Concrete (1:2:4) in hard granite chips 500mm dia C.I. manhole cover with frame (Wt- 50Kg). 12mm thick plastering inside wall surface with Cement Mortar (1:3) including punning, cement flush pointing on the outer face of the wall in Cement Mortar (1:3) earth work in excavation in all kinds of soil and rock refilling the cavity, with the excavated materials, duly watered and rammed including cost of all materials labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each no.
8.00
1 2 3 4 5 659 Supplying all materials & Construction of
masonry Gully Trap Chamber of internal size 300mm X 300mm X 450mm(depth Ist class
Each No
10.00
124
K.B. Brick masonry work in C.M.(1:4), constructed over 100mm thick bed concrete with C:C: (1:4:8), including necessary earthwork in excavation, 12mm thick cement plaster in C.M.(1:4) finished smooth with a floating coat of neat cement punning to the inside surfaces, A.S. flooring 25mm thick in the bottom with C.I. grating 275mm x 275mm size, 110mm dia PVC yard gully etc covered with 75mm thick RCC cover slab in C.C.(1:2:4) etc rammed including cost of all materials labour, conveyance, royalties, sundries, T&P etc complete, as per the direction of the E-I-C
60 Painting the HCI pipes and fittings with two
coats of approved paint over a coat of priming as per specification including cost and conveyance of all materials, all labour, T&P, sundries etc complete as per the direction of the Engr. In Charge.
a) 100mm dia H.C.I. Pipes & fittings Each Mtr
78.00
b) 80mm dia H.C.I. Pipes & fittings Each Mtr
28.00
P.H. AND SANITARY WORKS:61 Supplying all materials, labour, T&P and
setting up boring equipments including erection of suitable staging for installation of the required size of tube well, dismantling and removing the same after completion of the work, including transportation of the boring equipments, cleaning and levelling the site, excavation of mud pit, channels etc all complete, as per the direction of the Engr. in charge.
Each item
1.00
62 Supplying all materials, labour, T&P and transporting the boring pipes, top casing, grouting pipes, PVC pipes and fittings, PVC soil screens, cement, Bentonite and gravel etc to site including loading and unloading etc complete, as per the direction of the Engr. In charge.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each item
1.00
1 2 3 4 5 663 Supplying all materials, labour and T&P
125
and drilling pilot bores not less than 102mm dia, without casing pipes in all kinds of soil, rocks for the following depths, including supply of necessary boring pipes, supply of necessary cutting equipments, extra sockets whenever required etc. and withdrawing the boring pipes, washing and keeping the bore clear for logging if required etc all complete as per the direction of the Engr. in Charge.
I ) 0.00 mtr to 245th mtr Each mtr
245.00
64 Supplying all required equipments, materials, labour & T&P for logging the bore, keeping the bore intact by circulating mud through the mud circulating system and keeping the bore suitable for logging etc all complete as per the direction of the Engr. In Charge.
Each item
1.00
65 Supplying all materials, labour, T&P and providing bottom sealing wherever required as per the direction of the Engr. In Charge.
Each item
1.00
66 Supplying all materials, labour, T&P and reaming the pilot bore to the following sizes all complete, as per the direction of Engr. In Charge.
a) Reaming from 100mm to 150mm dia 0.00 to 60.00 Mtrs
Each Mtr
60.00
b) Reaming from 150mm to 200mm dia 0.00 to 60.00 Mtrs
Each Mtr
60.00
c) Reaming from 200mm to 250mm & 250mm to 300mm dia 0.00 to 60.00 Mtrs
Each Mtr
60.00
67 Supplying all materials, labour, T&P and lowering the 300mm dia top casing pipes into position and removing the same after use as per the direction of the Engr. In Charge.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each mtr
6.00
1 2 3 4 5 668 Supplying all materials, labour, T&P and
126
providing, fitting and fixing the following PVC casing pipes with well screens in position, including supply of all jointing materials, fixing of centralizer cutter plug and washing the bore, as per the direction of the Engr. in Charge.a) 150mm (ND) ASTM Sch.80 PVC casing pipesI) From 0.00 mtr to 60.00 mtr Each
mtr60.00
b) 50mm (ND) ASTM Sch.80 PVC casing pipesii) From 61st mtr to 245th mtr Each
mtr185.00
69 Supplying all materials, labour, T&P and packing the bore with washed gravels or river singles of required size and specifications around the pipe, well screen etc. as per the direction of the Engr. In Charge.
Cum 6.00
70 Supplying all materials, labour, T&P and grouting with cement bentonite slurry for saline sealing in the bore around the 50mm dia PVC casing pipe etc all complete as per the direction of the Engr. In Charge.
Each Bore
1.00
71 Supplying all materials, labour, T&P and packing the bore with river sand over the gravel pack, all complete, including cost and conveyance of all materials, all labour, T&P etc complete as per the direction of Engr. In Charge.
Cum 2.00
72 Supplying all materials, labour, T&P and back filling the bore around the PVC casing pipes with suitable local materials from top of the saline sealing upto ground level etc all complete as per the direction of the Engr. In Charge.
Each Bore
1.00
73 Supplying all materials, labour, T&P and grouting with cement slurry for sanitary sealing in the bore around the upper most 3 mtrs of the 125mm dia PVC casing pipe as per the direction of the Engr. In Charge
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each Bore 1.00
127
1 2 3 4 5 6PUMP SET, CONTROL PANEL & PIPING
74 Supplying, fitting and installation of submersible pump set (3-phase/ single phase as per availability of power) capable of delivering 800 to 900 gallons of water per hour at a head varying from 60m to 70m complete with motor of approved make confirming to I.S. specification including all cost etc complete as per the direction of Engr. in Charge.
Each set
1.00
75 Supplying of suitable submersible cable of approved make for the submersible pump with all necessary fittings complete as directed by E-I-C.
Each Mtr
80.00
76 Providing, fitting, fixing 40mm dia G.I. Column pipe of approved make confirming to IS (heavy class) cut to sizes flanged / screwed and socketed with all requisite specials and jointing materials etc complete as per the direction of the Engr. In Charge.
Each Mtr
60.00
77 Providing fitting and fixing following dia G.I. Medium pipes and fittings confirming to I.S., cut to sizes, screwed and socketed as per requirement at site etc complete as per the direction of Engr. In Charge.a) 40mm dia G.I. (Med) Each
Mtr90.00
b) 32mm dia G.I. (Med) Each Mtr
80.00
78 Providing, fitting, fixing 40mm dia Gunmetal non-return valve (ISI marked) in the delivery pipe line etc complete as per the direction of Engr. In Charge.
Each No 1.00
79 Providing, fitting, fixing M.S.Clamps (Heavy) of approved specification including all cost etc complete as per the direction of Engr. In Charge.
Each Prs.
2.00
80 Providing & making suitable earthing for pump including cost all material, labour complete as per the direction of Engr. In Charge
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each Job
1.00
1 2 3 4 5 6
128
81 Supplying, fitting, fixing, suitable automatic star - Delta push button type D.O.L. type starter suitable for above submersible pump set complete with Ammeter, Voltmeter, single phasing preventor, thermal auto resetting etc complete as per the direction of Engr. in Charge.
EachSet
1.00
EXTERNAL SEWERAGE SYSTEM82 Supplying, laying, aligning & jointing RCC
NP-2 sewer pipe line of 150mm dia , duly jointed with collars with gasket soaked in cement slurry, over 100mm thick pillars @ 1.00mtr c/c in concrete in C.C.(1:4:8) including testing etc complete as per the direction of Engineer in Charge.
Each Mtr
65.00
83 Construction of Man Hole chamber of internal size 750mm x 750mm upto a depth of 600mm in 250mm thick 1st class brick masonry in C.M.(1:4) over a bed of 100mm thick C.C.(1:4:8) , 12mm thick C.P. in C.M.(1:4) on internal surface, inside finished smooth with a floating coat of cement punning, C.C.(1:2:4) for benching and channel finished with neat cement, providing 450mm dia R.C.C. cover slab in C.C.(1:2:4), including making connection with sewer line etc all complete, including cost and conveyance of all materials, all taxes, royalties, all labour, T&P, sundries etc complete as per the direction of the Engr. in Charge.
Each No.
6.00
84 Construction of septic tank 20 users capacity as per B.I.S. specifications of internal dimensions 2.30m (length) x 1.10m(width) x 1.90m(depth) in 250mm thick 1st class brick masonry in cement mortar (1:6) upto the top, mixed with approved water proofing compound over bed of 150mm thick cement concrete (1:4:8) with 40mm H.G.metal and cement concrete (1:1.5:3) using 20mm & down size chips 50mm average thick, 12mm thick plastering with cement mortar (1:4) with water proofing compound on internal and external surfaces, inside finished smooth with a floating coat of neat cement, providing and fixing 40mm thick RCC baffle wall of size 1.60m x 0.45m, providing and fixing PVC step at 0.30m intervals, RCC cover slab 100mm thick in C.C.(1:1.5:3) on top, providing and fixing 150mm dia S.W. Tee at inside outlet point of S.Tank, including making connections with 150mm dia sewer line & soak pit etc all complete including cost and conveyance of all materials, taxes, royalties, all labour, T&P, sundries etc complete, as directed by the Engineer in Charge.No. of Corrections:
Each No
1.00
129
No. of Overwriting:No. of interpolations
Signature of Contractor1 2 3 4 5 685 Supply of all materials, labour, T&P and
constructing 2000x2590mm deep soak pit with dry brick walling up to 2130mm ht, K.B. brick work in C.M. (1:6) for remaining of 460mm ht. in wall and top 12mm thick C.P. (1:3) inside and filled with dry brick khoa 40-50mm to a height of 1980mm from bottom covered by means of 40mm thick RCC perforated slab, RCC wall cover in places, fitted with iron rings including earth work in excavation refilled with cavity around the pit and painting the iron works. Watering curing, conveyance of all materials to work site including royalty all taxes complete in all respect as per the direction of E.I.C.
Each No.
1.00
INTERNAL ELECTRIFICATION WORKS86 Internal Wiring
Wiring to light, exhaust fan, call bell, ceiling fan & 5A plug points with 1.5 Sqm. PVC insulated 1100 Volt grade multi stranded copper conductor wire for phase, neutral & earth continuity conductor and loop earth to fitting & fixture run inside 2mm thick PVC conduit pipe recessed/surface in wall/column/ceiling of the building including supply of materials such as flush type switches, sheet metal switch board with bakelite cover, wire, angle/button holder ceiling rose, junction box etc.complete with making good the damages caused as required and as per direction of Engineer in charge.
a) Light point Nos 133.00
b) Ceiling fan point with supply & fixing of ceiling fan hook made of 10mm steel round bar (space shall be provided for installation of electronic type fan regulator)
Nos 15.00
c) Exhaust fan point Nos 11.00
d) Call bell point Nos 9.00
e) 5A plug on same board Nos 16.00
f) 5A plug on separate board Nos 22.00
g) Computer plug points consisting of 2nos 5A plugs with switch for each
Nos 1.00
130
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
1 2 3 4 5 687 Supply, delivery, installation and testing of
5/15A plug boards consisting of a 15amp flush type modular switch and plug socket fixed on concealed metal switch board & front plate including interconnections and making good the damages caused complete as required and as per direction of Engineer In charge.
Nos 4.00
88 Supply of materials, fixing, testing and commissioning of A.C. outlet board containing one number 20 A SP MCB and one number 20 A re-roll type industrial, socket outlet complete as required and as per direction of Engineer in charge.
Nos 8.00
89 Supply of materials, fixing, testing and commissioning of modular type 32A DP Key Tag switch having indicator & key tag complete duly mounted on concealed metallic box, front plate etc complete as per direction of Engineer in charge.
Nos 8.00
90 Wiring for circuits & sub main with following number & size of PVC insulated 1100 Volt grade multistranded copper conductor wire run inside 2mm thick PVC conduit pipe recessed in ceiling/column/walls of building including supply of all materials such as wires, conduit, junction box & pull box etc. complete with making good the damages caused as required and as per direction of Engineer in charge.
a) 2 nos single core 2.5 sqmm copper wires for phase & neutral and 1 no. Single core 1.5 sqmm. Copper wire for earth continuity conductor.
Mtr 900.00
b) 2 nos single core 4.0 sqmm. Copper wire for phase & neutral and 1 no. Single core 2.5 sqmm. Copper wire for earth continuity conductor.
Mtr 130.00
c) 2 nos single core 6.0 sqmm. Copper wire for phases & neutral and 1 no. Single core 4.0 sqmm. copper wire for earth continuity conductor.
Mtr 140.00
d) 2 nos single core 10.0 sqmm. Copper wire for phases & neutral and 1 no. Single core 4.0 sqmm. Copper wire for earth continuity
Mtr 90.00
131
conductor.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
1 2 3 4 5 691 Distribution Board
Supply, delivery, installation, testing and commissioning of L.T. indoor floor/ wall mounted type distribution boards made out of 2mm thick CR sheet metal cubicle fixed on M.S. channel base, duly acid treated for de-rusting, primered and painted with 2 coats of enamel paints of approved shade, dust, damp and vermin proof, having hinged door and compartmental arrangements for each equipment & bus bar chamber on the top of the panel running horizontally, having provisions for cable/conduit entry, earthing studs as per specifications mentioned below duly factory wired conforming to the relevant ISS as per approved G.A. drawing and as per special conditions of contract, make good the damages caused, as required complete, as per direction of the Engineer-in-Charge.
a) Main Distribution Board (MDB) Each set
1.00
Meter Compartment: -
Tamper proof enclosure having provisions for 1 no. 3 phase 4 wire CT operated KWH meter (tested) with 100/5A CTs & 4nos x 200 A electrolytic copper bus bars suitable for termination of cable.
Incoming: - 1 no 125A 35 KA TP MCCB with earth fault relay
Bus bar: - 4nos 200A, 500V electrolytic copper bus bar & 4nos 125A, 500V electrolytic copper bus bar.
Out going: -3 nos 40 A FP MCB1 no. 100A FP change over switch followed by6 nos, 32A DP MCB &3 nos 32A TPN MCB.
Instruments: -
132
1no 0-500V Voltmeter with selector switch & control fuses,3 nos. phase indicating lamp with control fuses and toggle switches.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
1 2 3 4 5 6b) Sub Distribution Board (SDB-AC)
Each set 2.00
Incoming : 1 no 32A FP MCB
Out going : - 6 nos 25 A SP MCB
c) Branch Distribution Board: BDB
Each set
5.00Incoming : 1 no 25 A DP MCB
Outgoing : 6 nos 6-10 A SP MCB
92 Earthing :
Supply of materials and installation of pipe earth electrode made out of 50mm dia class 'B' G.I. Pipe of 3.0 mtr long with arrangements for fitting/ termination of G.I. Flat/wire with G.I. Nut bolts and washers including cost of charcoal, salt, foreign soil, water pouring arrangements, brick masonry enclosure on top with removable RCC cover enclosure on top with removable RCC cover complete with labour for excavation of pit in all kinds of soil and rock as required and as per direction of Engineer-in-Charge.
Each no.
3.00
93 Supply of materials and laying under ground/floor/wall including making end termination and jointing the cut portion by welding and testing for continuity and resistance of following size G.I.flat for earthing of main distribution board complete as required as per direction of Engineer-in-Charge.
a) 25 x 3mm G.I.flat Each Mtr
35.00
94 Fitting and Fixtures
133
Supply, delivery, installation and testing of following type fluorescent tube fixtures directly on wall/ceiling of building with all accessories such as copper ballast, glow starter, power factor improvement condenser, fluorescent tube light, stove enameled box perplex sheet cover etc complete assembly including supply and fixing on teak wood round block and making connection from the suitable point outlet as per direction of Engineer-in-charge.
a) 1 x 4' x 40 W box type fitting Phillips Cat. No. TMC 55/136 HPF/Bajaj/PAC.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each no.
13.00
1 2 3 4 5 695 Supply, delivery, installation & testing of
following types of Incandescent bulb fitting on wall/ceiling/column of building including supply of 60W/100W GLS lamp complete with fitting and making connection from the suitable point outlet complete as per direction of Engineer-in-charge.
a) Wall bracket type light fittings batten holder of points similar to Decon cat no. 05CF
Each no.
38.00
b) Bulkhead fitting complete with cast aluminium base plate porcelain holders glass cover, wire mesh guarding with racking arrangements suitable for with 60watt GLS lamp similar to Compton. Cat no. 7 BH 1110
Each no.
6.00
c) Wall mounted bed side lamp fitting made up brass materials with shade similar to Decon single Swivel. Cat no. 05 DT
Each no.
18.00
d) Ceiling mounted down light luminaries suitable for 60-watt reflector lamp similar to Phillips. Cat No. DN 606
Each no.
21.00
e) Ceiling flush type luminaries suitable for lamps GLS of approved make. Each
no.15.00
f) Mirror light fitting (600mm wide) 60 Watt GLS lamp similar to Decon Cat No.05AZ
Each no.
9.00
134
g) Picture light fittings made out of brass material complete with 40 Watt GLS similar to Decon Cat No.05AQ.
Each No
12.00
h) 6 arm cut glass chandelier of approved type complete with necessary wiring 2c x 1.5mm2 flexible copper wire, lamps etc. complete.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each no.
1.00
1 2 3 4 5 696 Supply, delivery, installation and testing of
following sweeps of A.C.ceiling fan of approved make complete with fan blades, down rod, canopies, capacitor etc including making connections from the suitable point outlet with 3 core 1.5 mm2 copper cord and cost of electronic modular type fan regulator complete as required and as per direction of the Engineer-in-charge.
a) 1400mm sweep Each no.
8.00
b) 1200mm sweep Each no.
7.00
97 Supply, delivery, installation and testing of 300mm sweep, 1400 rpm exhaust fan suitable for operation at 250 volt 50 Hz, A.C. supply complete with a set of propeller blade, tripod leg for mounting of motor, ring frame, blades gravity louver complete assembly including making hole of suitable size for housing exhaust fan, making connections from point outlet, making good the damages caused complete as required and as per direction of Engineer-in-charge.
a) 300 mm sweep 900 rpm heavy duty exhaust fan
Each no.
1.00
b) 300 mm sweep 1400 rpm (L.D) exhaust fan
Each no.
10.00
98 Supply, installation & testing of Call Bell suitable for operation in 230V AC supply, mounted on M.S. sheet metal board with bakelite cover including cost of making connection from point outlet complete as required as per direction of Engineer-in-charge.
135
a) Ding Dong call bell Each no.
1.00
b) Buzzer Each no.
8.00
99 Telephone & TV Wiring.
a) Supply & fixing of modular type telephone socket outlet with metal box, front plate etc. complete.
Each no.
10.00
b) Supply & fixing of modular type TV socket outlet with metal box front plate etc. complete.
Each no.
9.00
100 Supply & laying of following sizes of 2mm thick PVC pipe recessed in wall / roof.
a) 20mm dia Each Mtr
90.00
b) 25mm dia
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each Mtr
150.00
1 2 3 4 5 6101 Supply of drawing and connection of
following wires
a) 2 pair x 0.6 mm dia telephone wires Each Mtr
260.00
b) Co-axial TV cable Each Mtr
180.00
102 Supplying, fitting, fixing and commissioning of following junction boxes
a) 20 pair telephone junction boxes Each no.
1.00
b) 15 way TV junction box Each no.
1.00
EXTERNAL ELECTRIFICATION WORKS
103 Supply and fixing of 31/2 core x 70 sqmm armoured aluminum cable including excavation of cable trench (0.50mtr width x 1.00 Mtr depth) and
Each Mtr
35.00
136
filling with sand, soil & bricks to cover the cable etc complete including cost and conveyance of all materials, T&P, sundries etc complete as per the direction of Engr. in Charge.
104 Supply and fixing of 50mm dia G.I. Pipe of approved IS specification etc complete as per the direction of Engr. In Charge.
No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
Each Mtr
3.00
1 2 3 4 5 6
105 Supply and fixing Gate light of Post top lantern with acrylic globe top and complete with 70 watts HPSV lamp, ballast, ignitor etc (Cat. Ref. SPT 1107IL/BM/NI of Compton Greaves) on 50mm dia G.I. Pipe, Class B, 1000mm long, 500mm planted in Gate pillar and 500mm above the top pillar, erected to the vertical plumb line and the bottom to be grouted in cement concrete of ratio 1:2:4 with granite metal of size 15mm to 20mm in the gate pillar complete with cable connector box incorporating 1 no 6Amps. SP, MCB and one two way connector for 6.00 sqmm, 2 core armored aluminium cable loop-in and loop-out duly fixed in the gate pillar with fixing of Rigid PVC / Polythene pipe from connector box to the light fitting and pipe for entry / exit of cable from the connector box including all connections as required and also providing lockable wire mesh made out of 20mm x 3mm MS Flat and 8 SWG MS round wires and painting all M.S. materials with red-oxide primer and enamel paint and construction of foundation etc complete with cost of all materials as required as per direction of Engr. in Charge.
Each no.
2.00
106 Providing and fixing 1 x 4' x 40w street light fitting complete with bracket for area lighting complete with cost of all materials, labour as required as per direction of Engr. in Charge
Each no.
4.00
137
107 Construction of three phase four wires L.T. over head line with 7.50mtr. long 200 kg class PSC poles with 35sq.mm All Aluminium Alloy Conductor and 22sq.mm for neutral with suitable L.T.cross arms, shackle insulator, G.I. pins as required including excavation of pole pits, metal bedding at the bottom, planting the pole in pole pit with admixture of metal and moorum with provision of stays at corner poles, coil earth as required including cost of all materials, labour, taxes, electrical charges and dues, transportation, loading, unloading etc. complete as per the direction of E -I-C.
EachKM
0.30
(one hundred seven items only)No. of Corrections: No. of Overwriting:No. of interpolations
Signature of Contractor
138