bid document - Integrated Coastal Zone Management Project, Odisha

Transcription

bid document - Integrated Coastal Zone Management Project, Odisha
BID DOCUMENT
INTEGRATED COASTAL ZONE MANAGEMENT PROJECT
STATE PROJECT MANAGEMENT UNIT
O D I S HA
Development of Eco-Tourism Complex at Barkul-Part-II
(Phase-I) under ICZMP
(Package No.- ICZMP /OTDC/W/64 (II)/2013-14)
At- Barkul of Ganjam District.
2013 –14
ON BEHALF OF
O
ORRIISSSSA
A TTO
OU
URRIISSM
MD
DEEV
VLLO
OP
PM
MEEN
NTT CCO
ORRP
PO
ORRA
ATTIIO
ON
N LLttdd..
Lewis Road, Bhubaneswar – 751014,
EPABX- (0674)- 2431289/ 2432382, Fax-2431053
Website: www.panthanivas.com
BLANK PAGE
SECTION-I
CONTENTS
Section
1.
a) Contents
2.
Description
Page No.
3
b) Information about the Bid
5
c) Invitation For Bids ( IFB)
6
d) Agreement Form
31
a) Instruction to bidders (ITB)
08
b) Letter of acceptance
29
c) Form of Notice to proceed with the work
30
d) List of Documents to form the part of the agreement
3.
Condition of contact
33
4.
Contact Data
57
5.
Technical Specifications
62
6.
Drawing
110
7.
Bill of Quantities (Contractor’s Bid )
118
8.
Forms of securities
153
a) Bid Security
155
156
b) Performance guarantee
157
c) Performance bank guarantee ( unbalanced Item )
158
d) BG for advance payment
9.
ENVIRONMENTAL MANAGEMENT POLICY
10. COASTAL REGULATORY ZONE ACT/POLICY
159
170
BLANK PAGE
GOVERNMENT OF INDIA
AND
GOVERNMENT OF ORISSA
INTIGRATED COASTAL ZONE MANAGEMENT PROJECT,
Bid Id. NO. ICZMP/OTDC/W/58/11-12
NATIONAL COMPETITIVE BIDDING
(CIVIL WORKS)
:
Development of Eco-Tourism Complex
at Barkul-Part-II (Phase-I) under
ICZMP, Barkul of Dist-Ganjam.
PERIOD OF SALE OF
BIDDING DOCUMENT
:
FROM 14/05/2013 TO 16/06/2013
TIME AND DATE OF
PRE-BID CONFERENCE
:
DATE 30/05/13 TIME 11.30 HOURS
LAST DATE AND TIME FOR
RECEIPT OF BIDS
:
DATE 17/06/13 TIME 11.30 HOURS
TIME AND DATE OF OPENING
OF BIDS
:
DATE 17/06/13 TIME 12.00 HOURS
NAME OF WORK
PLACE OF SALE OF BIDS
:
ICZMP, State Project Management Unit
108, Suryanagar, Bhubaneswar-751003.
PLACE OF RECEIPT & OPENING OF BIDS
:
ICZMP, State Project Management Unit
108, Suryanagar, Bhubaneswar-751003.
OFFICER INVITING BIDS
:
The Project Director, SPMU
ICZM Society- ODISHA,
Plot # 108,Unit – VII, Suryanagar ,
Bhubaneswar – 751 003
INVITATION FOR BIDS (IFB)
GOVERNMENT OF ORISSA
INTIGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP)
NATIONAL COMPETITIVE BIDDING
Bid Invitation Notice No:-ICZMP/OTDC/W/64(II)/13-14
Date: 13.05.2013
The Government of India has received a credit from the International Development Association for the
INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) and Government of ODISHA intends to
1.
apply a part of the funds to cover eligible payments under the contracts for construction of works as detailed below.
Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement.
Bidders from India should, however, be registered with the Government of ODISHA/ other State Government/
Government of India or State/ Central Government undertakings. Bidders are advised to note the minimum
qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.
2.
The Project Director, State Project Management Unit, Integrated Coastal Management Society of ODISHA on
behalf of Sr. Divisional Manager(BP-II)-Cum-Nodal Officer, Orissa Tourism Development Corporation Ltd.,
Bhubaneswar. Project Executing Agency, now invites bid for the construction of works as detailed in the table below.
3.
Bidding documents (and additional copies) may be purchased from Office of the Project Director,
Integrated Coastal Zone Management Society of ODISHA, between 14.05.2013 to 16.06.2013,for a nonrefundable fee (three sets) as indicated in table below, in the form of Demand Draft on any Scheduled bank
payable at Bhubaneswar in favour of Project Director, Integrated Coastal Zone Management Society of
ODISHA, Bhubaneswar. Interested bidders may obtain further information at the same address. Bidding
documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of
Rs 500.00. The Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar
will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the
same. The notice and the bid document for the work can also be seen with option to download from the
Project website http://www.iczmpodisha.org and OTDC website (www.panthanivas.com).The down loaded
bid document can be submitted along with non refundable fee mentioned in the Table towards the cost of the
bid document. The Project Director, Integrated Coastal Management Society of ODISHA, Bhubaneswar will
not accept the same if any portion of the downloaded document differs from the approved bid document
available in the above mentioned office. In such cases the bidder would be responsible for ensuring that any
addenda available in web site is also downloaded & incorporated. The download facility will be available
from between 14.05.2013 to 16.06.2013 upto 17.00Hrs
4.
Bids must also be accompanied by Bid security of the amount specified for the work in the column
(5) of the table below, drawn in favour of Project Director, Project Director, Integrated Coastal Zone
Management Society of ODISHA, Bhubaneswar. Bid security will have to be in any one of the forms as
specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.
5.
Bids must be delivered to the Office of the Project Director, State Project Management Unit,
Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar, on or before 11.30 Hrs on
17.06.2013 and will be opened on the same day at 12.00 Hrs, in the presence of the bidders or their
authorized representatives, who wish to attend. If the office happens to be closed on the date of receipt of the
bids as specified, the bids will be received and opened on the next working day at the same time and venue.
6.
A pre-bid meeting will be held on 30.05.2013 at 11.30 Hrs in the Office of the Project Director, State
Project Management Unit, Integrated Coastal Management Society of ODISHA, Bhubaneswar to clarify the
issues and to answer questions on any matter that may be raised at that stage as stated in Clause 9.2 of
‘Instructions to Bidders’ of the bidding document.
6.
Other details can be seen in the bidding documents.
TABLE (Name of work- Strengthening of Water Sports Complex at Barkul)
Package No.: ICZMP/OTDC/W/58/2011-12
Package No.
Name of the Work
Approximate
Value of Work
(in Lakhs INR.)
Bid security
(in Lakhs INR.)
Cost of Bid
Document
(in Rs.)
Period of
Completion
1
2
3
4
5
6
ICZMP/OTD
C/W64
(II)/2013-14
Development of Eco-Tourism
Complex at Barkul-Part-II
(Phase-I) under ICZMP,
Barkul in Dist-Ganjam.
10,500
18 months
( Including
Rainy
Season)
800
8.00
Project Director, SPMU,
Integrated Coastal Zone Management Society of ODISHA,
Bhubaneswar
SECTION 1: INSTRUCTIONS TO BIDDERS
(ITB)
Section 1: Instructions to Bidders
Table of Clauses
A.
General
1.
2.
3.
4.
5.
6.
7.
B.
D.
Submission of Bids
10
10
10
10
13
13
13
19.
20.
21.
22.
Sealing and Marking of Bids
Deadline for Submission of Bids
Late Bids
Modification and Withdrawal of Bids
E.
Bid Opening and Evaluation
23.
24.
25.
26.
27.
28.
29.
30.
Bid Opening
Process to be Confidential
Clarification of Bids
Examination of Bids and Determination
of Responsiveness
Correction of Errors
Currency for Bid Evaluation
Evaluation and Comparison of Bids
Preference for Domestic Bidders
F.
Award of Contract
31.
32.
Award Criteria
Employer's Right to Accept any Bid and
to Reject any or all Bids
Notification of Award
Performance Security
Advance Payment and Security
Adjudicator
Corrupt or Fraudulent Practices
Scope of Bid
Source of Funds
Eligible Bidders
Qualification of the Bidder
One Bid per Bidder
Cost of Bidding
Site Visit
Bidding Documents
8.
9.
10.
C.
Page No.
Content of Bidding Documents
Clarification of Bidding Documents
Amendment of Bidding Documents
13
13
14
Preparation of Bids
11.
12.
13.
14.
15.
16.
Language of Bid
Documents Comprising the Bid
Bid Prices
Currencies of Bid and Payment
Bid Validity
Bid Security
14
14
14
15
15
15
17.
18.
Alternative Proposals by Bidders
Format and Signing of Bid
16
16
33.
34.
35.
36.
37.
Page No.
16
16
17
17
17
17
17
18
18
18
19
19
19
19
20
20
20
A. General
1.
Scope of Bid
1.1
The Project Director, Integrated Coastal Zone Management Society of ODISHA., Bhubaneswar,
(referred to as Employer in these documents) invites bids for the construction of works (as defined in these
documents and referred to as "the works") detailed in the table given in IFB. The bidders may submit bids for
any or all of the works detailed in the table given in IFB.
1.2
The successful bidder will be expected to complete the works by the intended completion date specified in the
Contract data.
2.
Source of Funds
2.1
The Government of India has received a credit from International Development Association’ (hereinafter
interchangeably called “the Bank”) towards the cost of Integrated Coastal Zone Management Project and
Government of ODISHA intends to apply a part of the funds to cover eligible payments under the contract for the
Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in
accordance with the Credit Agreement, and will be subject in all respects to the terms and conditions of that
Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive
any rights from the Credit Agreement or have any rights to the credit proceeds.
2.2
The credit agreement prohibits a withdrawal from the credit account for the purpose of any payment to persons or
entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a
decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.
3.
Eligible Bidders
3.1
This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines
for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall
have their origin in the eligible source countries.
3.2
All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is
not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity
that has prepared the design, specifications, and other documents for the Project or being proposed as Project
Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the
preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.
3.3
Government-owned enterprises in the Employer’s country may only participate if they are legally and financially
autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.
3.4
Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in
accordance with sub-clause 37.1.
4.
Qualification of the Bidder
4.1
All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of
the proposed work method and schedule, including drawings and charts, as necessary.
4.2
In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders
will be considered for award for Contract. These qualified bidders should submit with their bids any information
updating their original prequalification applications or, alternatively, confirm in their bids that the originally
submitted prequalification information remains essentially correct as of date of bid submission. The update or
confirmation should be provided in Section 2.
4.3
If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following
information and documents with their bids in Section 2:
(a)
copies of original documents defining the constitution or legal status, place of registration, and principal
place of business; written power of attorney of the signatory of the Bid to commit the Bidder;
(b)
total monetary value of construction work performed for each of the last five years;
(c)
experience in works of a similar nature and size for each of the last five years, and details of works under
way or contractually committed; and clients who may be contacted for further information on those
contracts;
(d)
major items of construction equipment proposed to carry out the Contract;
(e)
qualifications and experience of key site management and technical personnel proposed for the Contract;
(f)
reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for
the past five years;
(g)
evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of
other financial resources);
(h)
authority to seek references from the Bidder's bankers;
(i)
information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the
last five years or currently under execution. The information shall include the names of the parties
concerned, the disputed amount, cause of litigation, and matter in dispute;
(j)
proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of
the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant
field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and
(k)
the proposed methodology and program of construction including Environmental Management Plan,
backed with equipment, materials and manpower planning and deployment, duly supported with broad
calculations and quality control procedures proposed to be adopted, justifying their capability of execution
and completion of the work as per technical specifications within the stipulated period of completion as
per milestones
4.4
‘Bids from Joint ventures are not acceptable’.
4.5
A.
To qualify for award of the contract, each bidder in its name should have in the last five years i.e
2007-2008 to 2011-2012:*
(a)
Achieved, in at least one financial year, a minimum annual financial turnover (in all classes of civil
engineering construction works only) of Rs.800.00 lakh @
b)
(i) Satisfactorily completed(not less than 90 % of contract value) , as a prime contractor, (or as
subcontractor duly certified by the employer/main contractor) at least one similar work (Building
construction) of value not less than Rs.720.00 lakh .
(c)
Executed in any one year, the following minimum quantities of work:
-
(d)
(e)
Reinforced Cement Concrete/ PCC (all grades)
HG Stone Masonry/Brick Work
Paver Block/Tiled Flooring
400 cum
30 cum
500 Sqm
[deleted]
[deleted]
(@)at 2011-2012 * price level. Financial turnover and cost of completed works of previous years
shall be given weightage of 10% per year based on rupee value to bring them to 2011-2012 price
level
4.5
B.
B.
Each bidder should further demonstrate:
Each bidder should further demonstrate:
(a)
Availability (either owned or leased or by procurement against mobilization advances) of the following
key and critical equipment for this work:
Item
Truck/ Tripper –
Mechanical
Concrete
Capacity / type
10 T
0.25 m3 (or 10/7 cft)
No/s.
2
3
Mixers
Needle/Immersion
Vibrators(fueloperated/electric)
Water Pump
25 mm / 40 mm
3
1 H.P.
3
NOTE:
Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the
completion of works in accordance with the prescribed construction schedule are shown in the above list.
The bidders should, however, undertake their own studies and furnish with their bid, a detailed
construction planning and methodology supported with layout and necessary drawings and calculations
(detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers,
types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for
each operation for the given production capacity to match the requirements.
(b)
availability for this work of a Project Manager( with a minimum educational qualification of Degree in
Civil engineering) with no less than five years' experience in construction of similar civil engineering
works on full-time basis and other key personnel with adequate experience as required; and
(c)
liquid assets and / or availability of credit facilities of no less than Rs 140.00 Lakhs in the format
given in Section 2.
(Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc.)
4.5
C.
To qualify for a package of contracts made up of this and other contracts for which bids are invited
in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate
of the qualifying criteria for the individual contracts.
4.6
Sub-contractors' experience and resources shall not be taken into account in determining the bidder's compliance
with the qualifying criteria except to the extent stated in 4.5 (A) above
4.7
Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more
than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*1.5 - B )
where
A=
N=
B=
Note:
4.8
Maximum value of civil engineering works executed in any one year during the last five years (updated to
2012-13 price level) taking into account the completed as well as works in progress.
Number of years prescribed for completion of the works for which bids are invited.
Value, at 2011-12 price level, of existing commitments and on-going works to be completed during the
next 18 months.
The statements showing the value of existing commitments and on-going works as well as the stipulated
period of completion remaining for each of the works listed should be countersigned by the Engineer in
charge, not below the rank of an Executive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
-
made misleading or false representations in the forms, statements and attachments submitted in proof of
the qualification requirements; and/or
-
record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.; and/or
-
participated in the previous bidding for the same work and had quoted unreasonably high bid prices and
could not furnish rational justification to the employer.
5.
One Bid per Bidder
5.1
Deleted.
6.
Cost of Bidding
6.1
The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will
in no case be responsible and liable for those costs.
7.
Site visit
The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works and
its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a
contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.
B. Bidding Documents
7.1
8.
8.1
Content of Bidding Documents
The set of bidding documents comprises the documents listed in the table below and addenda issued in
accordance with Clause 10:
Invitation for Bids
Section
8.2
1
Instructions to Bidders
2
Forms of Bid and Qualification Information
3
Conditions of Contract
4
Contract Data
5
Specifications
6
Drawings
7
Bills of Quantities
8
Forms of Securities
Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.
9.
Clarification of Bidding Documents
9.1
A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing
or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the
invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15
days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all
purchasers of the bidding documents, including a description of the enquiry but without identifying its source.
9.2
Pre-bid meeting
9.2.1
The bidder or his official representative is invited to attend a pre-bid meeting which will take place at Office of
the The Project Director, ICZMP – Odisha, Bhubaneswar as per the date noted in ITB
9.2.2
The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at
that stage.
9.2.3
The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than one
week before the meeting.
9.2.4
Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry)
and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any
modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the
pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to
Clause 10 and not through the minutes of the pre-bid meeting.
9.2.5
Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10.
Amendment of Bidding Documents
10.1
Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing
addenda.
10.2
Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all
the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in
writing to the Employer.
10.3
To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids,
the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause
20.2 below.
C. Preparation of Bids
11.
Language of the Bid
11.1
All documents relating to the bid shall be in the English language.
12.
Documents comprising the Bid
12.1
The bid submitted by the bidder shall comprise the following:
(a)
(b)
(c)
(d)
(e)
The Bid (in the format indicated in Section 2).
Bid Security;
Priced Bill of Quantities;
Qualification Information Form and Documents;
Certificate of VAT clearance.
and any other materials required to be completed and submitted by bidders in accordance with these
instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without
exception.
12.2
Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so
indicate in the bid together with any discounts offered for the award of more than one contract.
13.
Bid Prices
13.1
The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities
submitted by the Bidder.
13.2
The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the Works
described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no
rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed
covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing
out, initialing, dating and rewriting.
13.3
All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be
included in the rates, prices and total Bid Price submitted by the Bidder.
Note:
“Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts
financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have
considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not
compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all
information required for issue of certificates in terms of such notifications as per form attached to the Qualification
Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view
the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days of
signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no
quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will be
treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a
result of the above shall not be a cause for granting any extension of time.”
13.4
The rates and prices quoted by the bidder are subject to adjustment during the performance of the Contract in
accordance with the provisions of Clause 47 of the Conditions of Contract.
14.
14.1
Currencies of Bid and Payment
The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
15.
15.1
Bid Validity
Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission
specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.
15.2
In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the
bidders may extend the period of validity for a specified additional period. The request and the bidders'
responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid
security. A bidder agreeing to the request will not be required or permitted to modify his bid except as
provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the
extension, and in compliance with Clause 16 in all respects.
15.3
Not Applicable
15.4
Bid evaluation will be based on the bid prices without taking into consideration the above correction.
16.
Bid Security
16.1
16.2
The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 5 of the table of
IFB for this particular work. This bid security shall be in favour of The Project Director, Integrated
Coastal Zone Management Society of ODISHA, Bhubaneswar and may be in one of the following
forms:
-
A bank guarantee issued by a nationalized / scheduled bank located in India or
-
Certified cheque, Bank draft or Letter of Credit. or
-
National Savings Certificates / Kissan Vikas Patra duly pledged.
Term Deposite Reiepts duly pledged
Bid Security issued as surety for the bid shall be valid for 135 days ( i.e 45 days beyond the validity of the
bid ) after deadline of submission of Bid.
16.3
Any Bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and
16.2 above shall be rejected by the Employer as non-responsive.
16.4
The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period
specified in Sub-Clause 15.1.
16.5
The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and
furnished the required Performance Security.
16.6
The Bid Security may be forfeited
(a)
(b)
(c)
if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i)
(ii)
sign the Agreement; or
furnish the required Performance Security.
17.
Alternative Proposals by Bidders
17.1
Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic
technical design as indicated in the drawing and specifications. Alternatives will not be considered.
18.
Format and Signing of Bid
18.1
The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause
12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked
"ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall
prevail.
18.2
The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid
where entries or amendments have been made shall be initialed by the person or persons signing the bid.
18.3
The Bid shall contain no alterations or additions, except those to comply with instructions issued by the
Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be
initialed by the person or persons signing the bid.
18.4
The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid
or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.
D. Submission of Bids
19.
Sealing and Marking of Bids
19.1
The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as
"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer
envelope.
The inner and outer envelopes shall
19.2
(a)
be addressed to the Employer at the following address:
The Project Director, ICZMP, 108- Surya Nagar, Bhubaneswar
and
(b)
bear the following identification:
-
Development of Eco-Tourism Complex at Barkul-Part-II (Phase-I) under ICZMP, Barkul in
Dist-Ganjam. of Ganjam District under ICZM Project
-
Bid Reference No. :. ICZMP/OTDC/W/64 (II)/2013-14
DO NOT OPEN BEFORE. : 11.30 hours. on 17.05.2013
19.3
In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and
address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause
21.
19.4
If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the
misplacement or premature opening of the bid.
20.
Deadline for Submission of the Bids
20.1
Bids must be received by the Employer at the address specified above not later than 11.30 hours. on dt.
27.01.2012. In the event of the specified date for the submission of bids declared a holiday for the Employer,
the Bids will be received upto the appointed time on the next working day.
20.2
The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with
Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.
Late Bids
21.
21.1
Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the
bidder.
22.
Modification and Withdrawal of Bids
22.1
Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause
20.
22.2
Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in
accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION"
or "WITHDRAWAL", as appropriate.
22.3
No bid may be modified after the deadline for submission of Bids.
22.4
Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the
original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result
in the forfeiture of the Bid security pursuant to Clause 16.
22.5
Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in
accordance with this clause, or included in the original Bid submission.
23.
Bid Opening
23.1
The Employer will open all the Bids received (except those received late), including modifications made
pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 15:30 Hrs
on dt. 27.01.2012 at the place specified in Clause 20. In the event of the specified date of Bid opening being
declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next
working day.
23.2
Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice
of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes
marked “Modification” shall be opened and the submissions therein read out in appropriate detail.
23.3
The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have
been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of
E. Bid Opening and Evaluation
Bid security, and such other details as the Employer may consider appropriate, will be announced by the
Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21.
Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be
considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned
un-opened to bidders.
23.4
The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in
accordance with Sub-Clause 23.3.
24.
Process to Be Confidential
24.1
Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced. Any effort
by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his
Bid.
25.
Clarification of Bids
25.1
To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any
Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the
response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought,
offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the
Employer in the evaluation of the Bids in accordance with Clause 27.
25.2
Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time
of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to
the notice of the Employer, it should do so in writing.
25.3
Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or
contract award decisions may result in the rejection of the Bidders’ bid.
26.
Examination of Bids and Determination of Responsiveness
26.1
Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility
criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d)
is substantially responsive to the requirements of the Bidding documents.
26.2
A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the
Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a)
which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any
substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations
under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders
presenting substantially responsive Bids.
26.3
If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made
responsive by correction or withdrawal of the non-conforming deviation or reservation.
27.
Correction of Errors
27.1
Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.
Errors will be corrected by the Employer as follows:
(a)
where there is a discrepancy between the rates in figures and in words, the rate in words will govern;
and
(b)
where there is a discrepancy between the unit and the line item total resulting from multiplying the
unit rate by the quantity, the unit rate as quoted will govern.
27.2
The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the
correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If
the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited
in accordance with Sub-Clause 16.6 (b).
28.
29.
Deleted
Evaluation and Comparison of Bids
29.1
The Employer will evaluate and compare only the Bids determined to be substantially responsive in
accordance with Clause 26.
29.2
In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid
Price as follows:
(a)
making any correction for errors pursuant to Clause 27; or
(b)
making an appropriate adjustments for any other acceptable variations, deviations; and
(c)
making appropriate adjustments to reflect discounts or other price modifications offered in accordance
with Sub Clause 22.5.
29.3
The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,
deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding
documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid
evaluation.
29.4
The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during
the period of implementation of the Contract, will not be taken into account in Bid evaluation.
29.5
If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of
work to be performed under the contract, the Employer may require the Bidder to produce detailed price
analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer
may require that the amount of the performance security set forth in Clause 34 be increased at the expense of
the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default
of the successful Bidder under the Contract.
30.
Deleted
F. Award of Contract
31.
Award Criteria
31.1
Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be
substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,
provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3,
and (b) qualified in accordance with the provisions of Clause 4.
31.2
If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price
will be determined when evaluating this contract in conjunction with other contracts to be awarded
concurrently, taking into account any discounts offered by the bidders for the award of more than one contract.
32.
Employer's Right to Accept any Bid and to Reject any or all Bids
32.1
Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the
Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for the Employer's action.
Notification of Award and Signing of Agreement
33.
33.1
The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the
Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the
Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the
Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as
prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").
33.2
The notification of award will constitute the formation of the Contract, subject only to the furnishing of a
performance security in accordance with the provisions of Clause 34.
33.3
The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed
by the Employer and kept ready for signature of the successful bidder in the office of employer within 28 days
following the notification of award along with the Letter of Acceptance.
33.4
Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the
other Bidders that their Bids have been unsuccessful.
34.
Performance Security
34.1
Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a
Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus
additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of
Contract:
-
A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located
abroad in the form given in Section 8; or
-
-
34.2
If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued
either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India
and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or
nationalized].
34.3
Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of
contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer
may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.
35
Advance Payment and Security
35.1
The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract,
subject to maximum amount, as stated in the Contract Data.
36.
Adjudicator
36.1
The Employer proposes that Sri Prafulla Kumar Mishra, Retd Chief.Engineer be appointed as Adjudicator under
the Contract, at a daily fee of Rs. 3000/-plus reimbursable expenses. If the Bidder disagrees with this proposal, the
Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of
the Adjudicator, the Adjudicator shall be appointed by Institution of Engineers, India , at a daily fee of Rs. 3000.00
per sitting plus reimbursable expenses, at the request of either party.
37.
Fraud and Corruption
37.1
It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders,
suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service
providers or suppliers, under Bank-financed contracts, observe the highest standard of ethics during the procurement
and execution of such contracts. 1 In pursuance of this policy, the Bank:
(a)
defines, for the purposes of this provision, the terms set forth below as follows:
(i)
“corrupt practice”2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission, including a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii)
1
“collusive practice”4 is an arrangement between two or more parties designed to achieve an improper
purpose, including to influence improperly the actions of another party;
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its subconsultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process
or contract execution for undue advantage is improper.
2
For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the procurement
process or contract execution]. In this context, “public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions.
3
For the purpose of these Guidelines, “party” refers to a public official; the terms “benefit” and “obligation” relate to
the procurement process or contract execution; and the “act or omission” is intended to influence the procurement
process or contract execution.
(iv)
“coercive practice”5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the actions of a party;
(v)
“obstructive practice” is
(aa)
deliberately destroying, falsifying, altering or concealing of evidence material to the investigation
or making false statements to investigators in order to materially impede a Bank investigation
into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation, or
(bb)
acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided
for under par. 1.14 (e) below.
(b)
will reject a proposal for award if it determines that the bidder recommended for award has, directly or through
an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract
in question;
(c)
will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the
Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the
procurement or the execution of that contract, without the Borrower having taken timely and appropriate action
satisfactory to the Bank to address such practices when they occur;
(d)
will sanction a firm or individual, at any time, in accordance with prevailing Bank’s sanctions procedures, a
including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of
time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated b sub-contractor, consultant,
manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed
contract;
(e)
will have the right to require that a provision be included in bidding documents and in contracts financed by a
Bank loan, requiring bidders, suppliers and contractors to permit the Bank to inspect their accounts and records
and other documents relating to the bid submission and contract performance and to have them audited by
auditors appointed by the Bank.

4
37.2
Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 (h) of the
Conditions of Contract.
For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
5
For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract execution.
a
A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the
Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension or early
temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other
International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group
corporate administrative procurement sanctions procedures for fraud and corruption.
b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used
depending on the particular bidding document) is one which has: (i) either been included by the bidder in its prequalification application or bid because it brings specific and critical experience and know-how that allow the bidder to
meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
SECTION 2:
FORMS OF BID, QUALIFICATION INFORMATION AND LETTER
OF ACCEPTANCE
Table of Forms:
-
CONTRACTOR’S BID
-
QUALIFICATION INFORMATION
-
LETTER OF ACCEPTANCE
-
NOTICE TO PROCEED WITH THE WORK
-
AGREEMENT FORM
Contractor's Bid
Description of the Works: Development of Eco-Tourism Complex at Barkul-Part-II (Phase-I)
under ICZMP, Barkul in Dist-Ganjam.
To:
GENTLEMEN,
Having examined the bidding documents including addendum, we offer to execute the Works described above in
accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for
the Contract Price of _________ [in figures] (__________________________________________________) [in
letters].6
The advance Payment required is: Rupees ________________.
We accept the appointment of ________________________ as the Adjudicator.
(OR)
We do not accept the appointment of ___________________ as the Adjudicator and propose instead that
_______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.
This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are
not bound to accept the lowest or any Bid you receive.
We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.
We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will
strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we
are awarded the contract, are listed below :
Name and address of agent
Amount
Purpose of Commission or gratuity
______________________
______________________
______________________
________
________
________
____________________________
____________________________
____________________________
(if none, state “none”)
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding
documents.
Yours faithfully,
Authorized Signature:
Name & Title of Signatory: _________________________________________________________________
Name of Bidder
: ______________________________________________
Address
: __________________________________________________________________
3
To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.
Qualification Information
The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as
provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.
1.
For Individual Bidders
1.1
Constitution or legal status of Bidder
[Attach copy]
Place of registration:
_______________________________
Principal place of business:
_______________________________
Power of attorney of signatory of Bid
[Attach]
1.2
1.3.1
Total value of Civil Engineering construction_
work executed and payments received in the last five years**
(in Rs. Lakh)
2006-2007_____________________
2007-2008_____________________
2008-2009_____________________
2009-2010_____________________
2010-2011_____________________
Work performed as prime contractor (in the same name) on works of a similar nature over the last five years.
**
____________________________________________________________________________________________
Project
Name
Name
DescripContract
of
the tion
of No.
Employer* work
Value of
contract
(Rs.
Million)
Date
issue
work
order
of Stipulated
Actual date Remarks
of period of of
explaining
completion completion* reasons for
delay and
work
completed
____________________________________________________________________________________________
____________________________________________________________________________________________
1.3.2
Quantities of work executed as prime contractor (in the same name and style) in the last five years:
Year
Name
of the
Work
Name
of
the
Employer*
Quantity of work performed (cum) @
Cement concrete
Masonry
(including RCC&PCC)
E/works
Remarks *
(indicate contract Ref)
2007-2008
2008-2009
2009-2010
2011-2012
*Attach certificate(s) from the Engineer(s)-in-Charge
@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).
** immediately preceding the financial year in which bids are received.
 Attach certificate from Chartered Accountant.
**
1.4
Information on Bid Capacity (works for which bids have been submitted and works which are yet to be
completed) as on the date of this bid.
(A)
Existing commitments and on-going works:
____________________________________________________________________________________________
Description Place
Contract No. Name
Value of
Stipulated
Value of works* Anticipated
of
&
& Date
and
Contract
period of
remaining to be date of
Work
State
Address
(Rs. million) completion completed
completion
of Employer
(Rs. million)
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
____________________________________________________________________________________________
__________________________________________________________________________________________
(B) Works for which bids already submitted:
____________________________________________________________________________________________
Description
Place
Name and
Estimated
Stipulated
Date when
Remarks
of
&
Address of
value of works
period of
decision is
if any
Work
State
Employer
(Rs. million)
completion
expected
(1)
(2)
(3)
(4)
(5)
(6)
(7)
*
Attach certificate(s) from the Engineer(s)-in-Charge.
1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all
the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.
_______________________________________________________________________________________
Item of
Requirement
Availability proposals
Remarks
equipment No. Capacity
Owned/leased/ Nos/
Age/
(From whom to be
to be procured
capacity
condition purchased)
_______________________________________________________________________________________
*
*
*
*
*
*
*
*
*
*
*
*
*
*
_______________________________________________________________________________________
1.6
Qualifications and experience of key personnel proposed for administration and execution of the Contract.
Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub
Clause 9.1 of the Conditions of Contract.
_______________________________________________________________________________________
Years of
Years of experience in
Position
Name
Qualifications
experience
the proposed position
(general)
_______________________________________________________________________________________
Project Manager
*
*
*
etc.
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
_______________________________________________________________________________________
1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]
_______________________________________________________________________________________
Sections
Value of
Sub-contractor
Experience in
of the works
Sub-contract
(name and address)
similar work
_______________________________________________________________________________________
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
______________________________________________________________________________________
1.8
Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of
companies/corporation), etc. List them below and attach copies.
1.9
Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc.
List them below and attach copies of support documents [sample format attached].
1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if
contacted by the Employer.
1.11 Information on litigation history in which the Bidder is involved.
__________________________________________________________________________________
Other party(ies)
Employer
Cause of dispute
Amount involved
Remarks showing
present
__________________________________________________________________________________
__________________________________________________________________________________
status
1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to
comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].
2.
Joint Ventures - Deleted
3.
Additional Requirements
3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the
Instructions to the Bidders, if applicable.
____________________________________________________________________________________________
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –*
CLAUSE 4.5 [B] [c] OF ITB
BANK CERTIFICATE
This is to certify that M/s. …………………………… is a reputed company with a good financial standing.
If the contract for the work, namely …………………………………………………………. [funded by the World
Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.
…………… to meet their working capital requirements for executing the above contract.
__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank
(Name of the Project)
(Declaration regarding customs/excise duty exemption for materials/
construction equipment bought for the work)
Form ……….
(Bidder’s Name and Address)
To: ………………………
(Name of the Employer)
Dear Sir:
Re: [Name of Work] ………………………… Certificate for Import/Procurement of Goods/Construction Equipment
1.
We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered
in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not
compensate us.
2.
We are furnishing below the information required by the Employer for issue of the necessary certificates in terms
of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.
3.
Items
The goods/construction equipment for which certificates are required are as under:
Make/
Capacity
Quantity Value
State whether it will
Brand
[where
be procured locally
Name
applicable]
or imported [if so
from which country]
Remarks
regarding
justification for the
quantity and their
usage in works
Goods
[a]
[b]
Construction Equipment
[a]
[b]
[c]
[d]
4.
We agree that no modification to the above list is permitted after bids are opened.
5.
We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the
work, based on the Bill of Quantities and the construction programme and methodology as furnished by us
alongwith the bid.
6.
We confirm that the above goods will be exclusively used for the construction of the above work and
construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from
the date of acquisition.
Date: ___________________
Place: __________________
(Signature) ____________________
(Printed Name) _________________
(Designation) __________________
(Common Seal) ________________
This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.
Letter of Acceptance
(letterhead paper of the Employer)
________________________[date]
To: _________________________________________________________________________[name and address of
the Contractor]
Dear Sirs,
This is to notify you that your Bid dated ____________ for execution of the ________________________
___________________________________________________________ [name of the contract and identification
number, as given in the Instructions to Bidders] for the Contract Price of Rupees ———————————
____________________________________ (_____________) [amount in words and figures], as corrected and
modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency.
We accept/do not accept that __________________________ be appointed as the Adjudicator2.
We note that as per bid, you do not intend to subcontract any component of work.
[OR]
We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing
….........................................
[Delete whichever is not applicable]
You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in
terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of
the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto
........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.
We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB Clause
4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including
environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this
letter.
Yours faithfully,
Authorized Signature
Name and Title of Signatory
Name of Agency
1
Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified
in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.
2
To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the
"Instructions to Bidders."
Issue of Notice to proceed with the work
(letterhead of the Employer)
————— (date)
To
—————————————— (name and address of the Contractor)
——————————————
——————————————
Dear Sirs:
Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract
agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby instructed to
proceed with the execution of the said works in accordance with the contract documents.
Yours faithfully,
(Signature, name and title of
signatory authorized to sign on
behalf of Employer)
Agreement Form
This
agreement,
made
the
___________________
day
of
______________19_______,
between_________________________________________________________________________________________
_________________________________[name and address of Employer]
(hereinafter called “the Employer)” of the one part and ______________________________________________
________________________________________________________________________________________________
________________________________________________[name and address of contractor] (hereinafter called “the
Contractor” ) of the other part.
Whereas
the
Employer
is
desirous
that
the
Contractor
execute
_____________________________
________________________________________________________________________________________________
________________________________________________________________________________[
name
and
identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the
Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price
of Rs.................................................................................
NOW THIS AGREEMENT WITNESSETH as follows:
1.
In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the
Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part
of this Agreement.
2.
In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the
Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects
therein in conformity in all aspects with the provisions of the Contract.
3.
The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the
Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner prescribed by the Contract.
4.
The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
Letter of Acceptance;
Notice to proceed with the works;
Contractor’s Bid;
Contract Data;
Conditions of contract (including Special Conditions of Contract);
Specifications;
Drawings;
Bill of Quantities; and
Any other document listed in the Contract Data as forming part of the contract.
In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.
The Common Seal of
____________________________________________________________
was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said
_________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
in the presence of:
Binding Signature of Employer
_________________________________________________ ___
Binding Signature of Contractor
_____________________________________________________
SECTION 3: CONDITIONS OF CONTRACT
Conditions of Contract
Table of Contents
A.
General
Page No.
C.
Quality Control
Page No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Definitions
Interpretation
Language and Law
Engineer's Decisions
Delegation
Communications
Subcontracting
Other Contractors
Personnel
Employer’s & Contractor's Risks
Employer's Risks
Contractor’s Risks
Insurance
Site Investigation Reports
Queries about the Contract
Data
Contractor to Construct the
Works
The Works to Be Completed by
the Intended Completion Date
Approval by the Engineer
Safety
Discoveries
Possession of the Site
Access to the Site
Instructions
Disputes
Procedure for Disputes
Replacement of Adjudicator
35
36
37
37
37
37
37
37
37
38
38
38
38
38
33.
34.
35.
36.
Identifying Defects
Tests
Correction of Defects
Uncorrected Defects
41
41
41
42
D.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
Cost Control
Bill of Quantities
Changes in the Quantities
Variations
Payments for Variations
Cash Flow Forecasts
Payment Certificates
Payments
Compensation Events
Tax
Currencies
Price Adjustments
Retention
Liquidated Damages
Bonus
Advance Payment
Securities
Dayworks
Cost of Repairs
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
B. Time Control
27. Program
28. Extension of the Intended
Completion Date
29. Acceleration
30. Delays Ordered by the
Engineer
31. Management Meetings
32. Early Warning
38
39
39
39
39
39
39
39
39
40
40
40
40
40
41
41
41
41
42
42
42
42
42
43
43
43
44
44
44
44
45
45
45
45
45
E. Finishing the Contract
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
F.
Completion
Taking Over
Final Account
Operating and Maintenance Manuals
Termination
Payment upon Termination
Property
Release from Performance
Suspension of World Bank Loan
or Credit
Corrupt or Fraudulent Practices
Special Conditions of Contract
46
46
46
46
46
47
47
47
47
47
49
Conditions of Contract
A. General
1.
Definitions
1.1
Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep
their defined meanings. Capital initials are used to identify defined terms.
The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes
in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the
Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in accordance
with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete and maintain
the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the
Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from the
Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Engineer is the person named in the Contract Data (or any other competent person appointed and
notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the
execution of the works and administering the Contract.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the
Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall complete the
Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date
may be revised only by the Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or
biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are factual
interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any modification or
addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part
of the work in the Contract which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the Contractor which are
needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to the
Employer, as defined in the Contract Data.
2.
Interpretation
2.1
In interpreting these Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The Engineer will provide instructions
clarifying queries about the Conditions of Contract.
2.2
If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the
Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other
than references to the Completion Date and Intended Completion date for the whole of the Works).
2.3
The documents forming the Contract shall be interpreted in the following order of priority:
(1)
Agreement
(2)
Letter of Acceptance, notice to proceed with the works
(3)
Contractor’s Bid
(4)
Contract Data
3.
(8)
Bill of Quantities and
(9)
any other document listed in the Contract Data as forming part of the Contract.
The language of the Contract and the law governing the Contract are stated in the Contract Data.
Except where otherwise specifically stated, the Engineer will decide contractual matters between the
Employer and the Contractor in the role representing the Employer.
The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator
after notifying the Contractor and may cancel any delegation after notifying the Contractor.
Communications between parties which are referred to in the conditions are effective only when in
writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).
The Contractor may subcontract with the approval of the Engineer but may not assign the Contract
without the approval of the Employer in writing. Subcontracting does not alter the Contractor's
obligations.
Other Contractors
8.1
9.
Drawings
Subcontracting
7.1
8.
(7)
Communications
6.1
7.
Specifications
Delegation
5.1
6.
(6)
Engineer's Decisions
4.1
5.
Conditions of Contract including Special Conditions of Contract
Language and Law
3.1
4.
(5)
The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and
the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as
referred to in the Contract Data, also provide facilities and services for them as described in the Schedule.
The employer may modify the schedule of other contractors and shall notify the contractor of any such
modification.
Personnel
9.1
The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in
the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the
Engineer. The Engineer will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better than those of the
personnel listed in the Schedule.
9.2
If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his
work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.
10. Employer’s and Contractor's Risks
10.1
The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries
the risks which this Contract states are Contractor’s risks.
11. Employer's Risks
11.1
The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the
execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or
disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other
than the Contractor’s design.
12. Contractor’s Risks
12.1
All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks are the responsibility
of the Contractor.
13. Insurance
13.1
The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover
from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the
Contract Data for the following events which are due to the Contractor’s risks:
(a)
loss of or damage to the Works, Plant and Materials;
(b)
loss of or damage to Equipment;
(c)
loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection
with the Contract; and
(d)
personal injury or death.
13.2
Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred.
13.3
If the Contractor does not provide any of the policies and certificates required, the Employer may effect
the insurance which the Contractor should have provided and recover the premiums the Employer has
paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the
premiums shall be a debt due.
13.4
Alterations to the terms of an insurance shall not be made without the approval of the Engineer.
13.5
Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1
The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the
Contract Data, supplemented by any information available to the Bidder.
15. Queries about the Contract Data
15.1
The Engineer will clarify queries on the Contract Data.
16. Contractor to Construct the Works
16.1
The Contractor shall construct and install the Works in accordance with the Specification and Drawings,
and as per instructions of Engineer.
17. The Works to Be Completed by the Intended Completion Date
17.1
The Contractor may commence execution of the Works on the Start Date and shall carry out the Works
in accordance with the program submitted by the Contractor, as updated with the approval of the
Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer
18.1
The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the
Engineer, who is to approve them if they comply with the Specifications and Drawings.
18.2
The Contractor shall be responsible for design of Temporary Works.
18.3
The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works.
18.4
The Contractor shall obtain approval of third parties to the design of the Temporary Works where
required.
18.5
All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are
subject to prior approval by the Engineer before their use.
19. Safety
19.1
The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1
Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the
property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the
Engineer's instructions for dealing with them.
21. Possession of the Site
21.1
The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not
given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the
relevant activities and this will be Compensation Event.
22. Access to the Site
22.1
The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to
any place where work in connection with the Contract is being carried out or is intended to be carried out
and to any place where materials or plant are being manufactured / fabricated / assembled for the works.
23. Instructions
23.1
The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws
where the Site is located.
23.2 Inspections and Audits by the Bank
The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the
Site and/or the accounts and records of the Contractor and its subcontractors relating to the
performance of the Contract, and to have such accounts and records audited by auditors
appointed by the Bank if required by the Bank. The Contractor’s attention is drawn to
Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended to
materially impede the exercise of the Bank’s inspection and audit rights provided for under
Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to
a determination of ineligibility under the Procurement Guidelines).
24. Disputes
24.1
If the Contractor believes that a decision taken by the Engineer was either outside the authority given to
the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the
Adjudicator within 14 days of the notification of the Engineer's decision.
25. Procedure for Disputes
25.1
The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.
25.2
The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable
expenses of the types specified in the Contract Data and the cost shall be divided equally between the
Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a
decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither
party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final
and binding.
25.3
The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special
Conditions of Contract.
26. Replacement of Adjudicator
26.1
Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the
Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new
Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement
between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the
Appointing Authority designated in the Contract Data at the request of either party, within 14 days of
receipt of such request.
B. Time Control
27. Program
27.1
Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a
Program including Environmental Management Plan showing the general methods, arrangements, order,
and timing for all the activities in the Works along with monthly cash flow forecast.
27.2
An update of the Program shall be a program showing the actual progress achieved on each activity and
the effect of the progress achieved on the timing of the remaining work including any changes to the
sequence of the activities.
27.3
The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than
the period stated in the Contract Data. If the Contractor does not submit an updated Program within this
period, the Engineer may withhold the amount stated in the Contract Data from the next payment
certificate and continue to withhold this amount until the next payment after the date on which the
overdue Program has been submitted.
27.4
The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may
revise the Program and submit it to the Engineer again at any time. A revised Program is to show the
effect of Variations and Compensation Events.
28. Extension of the Intended Completion Date
28.1
The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is
issued which makes it impossible for Completion to be achieved by the Intended Completion Date
without the Contractor taking steps to accelerate the remaining work and which would cause the
Contractor to incur additional cost.
28.2
The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days
of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and
submitting full supporting information. If the Contractor has failed to give early warning of a delay or has
failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the
new Intended Completion Date.
29. Deleted
30. Delays Ordered by the Engineer
30.1
The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.
31. Management Meetings
31.1
Either the Engineer or the Contractor may require the other to attend a management meeting. The business of
a management meeting shall be to review the plans for remaining work and to deal with matters raised in
accordance with the early warning procedure.
31.2
The Engineer shall record the business of management meetings and is to provide copies of his record to those
attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be
decided by the Engineer either at the management meeting or after the management meeting and stated in
writing to all who attended the meeting.
32. Early Warning
32.1
The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the
execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of
the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by
the Contractor as soon as reasonably possible.
32.2
The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of
such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out
any resulting instruction of the Engineer.
C. Quality Control
33. Identifying Defects
34.
33.1
The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found.
Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor
to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.
33.2
The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify
the Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor’s
or the Engineer’s responsibility as defined in the Contract Agreement.
Tests
34.1
If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check
whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and
any samples. If there is no Defect the test shall be a Compensation Event.
35. Correction of Defects
35.1
The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability
Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.
35.2
Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of
time specified by the Engineer’s notice.
36. Uncorrected Defects
36.1
If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the
Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.
Note: Where in certain cases, the technical specifications provide for acceptance of works within specified
tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.
D. Cost Control
37. Bill of Quantities
37.1
The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning
work to be done by the contractor.
37.2
The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of
the work done at the rate in the Bill of Quantities for each item.
38. Changes in the Quantities
38.1
If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular
item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer
shall adjust the rate to allow for the change.
38.2
The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is
exceeded by more than 15 percent, except with the Prior approval of the Employer.
38.3
If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of
any rate in the Bill of Quantities.
39. Variations
39.1
All Variations shall be included in updated Programs produced by the Contractor.
40. Payments for Variations
40.1
The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out
the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which
shall be given within seven days of the request or within any longer period stated by the Engineer and
before the Variation is ordered.
40.2
If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the
opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its
execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be
used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or
timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation
by the Contractor shall be in form of new rates for the relevant items of work.
40.3
If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a
quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the
Engineer may order the Variation and make a change to the Contract Price which shall be based on
Engineer’s own forecast of the effects of the Variation on the Contractor's costs.
40.4
If the Engineer decides that the urgency of varying the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be given and the Variation shall be treated as a
Compensation Event.
40.5
The Contractor shall not be entitled to additional payment for costs that could have been avoided by
giving early warning.
41. Cash flow forecasts
41.1
When the Program is updated, the contractor is to provide the Engineer with an updated cash flow
forecast.
42. Payment Certificates
42.1
The Contractor shall submit to the Engineer monthly statements of the estimated value of the work
completed less the cumulative amount certified previously along with details of measurement of the
quantity of works executed in a tabulated form as approved by the Engineer.
42.2
The Engineer shall check the details given in the Contractor's monthly statement and within 14 days
certify the amounts to be paid to the Contractor after taking into account any credit or debit for the month
in question in respect of materials for the works in the relevant amounts and under conditions set forth in
sub-clause 51(3) of the Contract Data (Secured Advance).
42.3
The value of work executed shall be determined by the Engineer after due check measurement of the
quantities claimed as executed by the contractor.
42.4
The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities
completed..
42.5
The value of work executed shall include the valuation of Variations and Compensation Events.
42.6
The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later information.
43. Payments
43.1
Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of
the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the
amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a
late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall
be calculated from the date by which the payment should have been made upto the date when the late
payment is made at 8% per annum.
43.2
If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an
Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest
shall be calculated from the date upon which the increased amount would have been certified in the
absence of dispute.
43.3
Items of the Works for which no rate or price has been entered in will not be paid for by the Employer
and shall be deemed covered by other rates and prices in the Contract.
44. Compensation Events
44.1
The following are Compensation Events unless they are caused by the Contractor:
(a)
(b)
(c)
(d)
(e)
(f)
44.2
The Employer does not give access to a part of the Site by the Site Possession Date stated in the
Contract Data.
The Employer modifies the schedule of other contractors in a way which affects the work of the
contractor under the contract.
The Engineer orders a delay or does not issue drawings, specifications or instructions required for
execution of works on time.
The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which
is then found to have no Defects.
The Engineer unreasonably does not approve for a subcontract to be let.
Ground conditions are substantially more adverse than could reasonably have been assumed before
issuance of Letter of Acceptance from the information issued to Bidders (including the Site
Investigation Reports), from information available publicly and from a visual inspection of the
Site.
(g)
The Engineer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or additional work required for safety or other reasons.
(h)
Other contractors, public authorities, utilities or the Employer does not work within the dates and
other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.
(i)
The advance payment is delayed.
(j)
The effect on the Contractor of any of the Employer’s Risks.
(k)
The Engineer unreasonably delays issuing a Certificate of Completion.
(l)
Other Compensation Events listed in the Contract Data or mentioned in the Contract.
If a Compensation Event would cause additional cost or would prevent the work being completed before
the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date
is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased
and whether and by how much the Intended Completion Date shall be extended.
44.3
As soon as information demonstrating the effect of each Compensation Event upon the Contractor's
forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract
Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer
shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the
Contractor will react competently and promptly to the event.
44.4
The Contractor shall not be entitled to compensation to the extent that the Employer's interests are
adversely affected by the Contractor not having given early warning or not having cooperated with the
Engineer.
45. Tax
45.1
The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the
Contractor will have to pay for the performance of this Contract. The Employer will perform such duties
in regard to the deduction of such taxes at source as per applicable law.
46. Currencies
46.1
All payments shall be made in Indian Rupees.
47. Price Adjustment
47.1
Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and
lubricants in accordance with the following principles and procedures and as per formula given in the
contract data:
(a)
(b)
(c)
The price adjustment shall apply for the work done from the start date given in the contract upto
end of the initial intended completion date or extensions granted by the Engineer and shall not
apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.
The price adjustment shall be determined during each quarter from the formula given in the
contract data.
Following expressions and meanings are assigned to the work done during each quarter:
R=
47.2
Total value of work done during the quarter. It would include the amount of secured
advance for materials paid for (if any) during the quarter, less the amount of the secured
advance recovered, during the quarter. It will exclude value for works executed under
variations for which price adjustment will be worked separately based on the terms
mutually agreed.
To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the
provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be
deemed to include amounts to cover the contingency of such other rise or fall in costs.
48. Retention
48.1
The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract
Data until Completion of the whole of the Works.
48.2
On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and
half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified
by the Engineer to the Contractor before the end of this period have been corrected.
48.3
On completion of the whole works, the contractor may substitute retention money (balance half) with an
“on demand” Bank guarantee.
49. Liquidated Damages
49.1
49.2
The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract
Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of
the works or the milestone as stated in the contract data). The total amount of liquidated damages shall
not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from
payments due to the Contractor. “Time is the essence of the contract and payment or deduction of
liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed
construction program and milestones or from any other of the contractor’s obligations and liabilities under
the contract.”
If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall
correct any overpayment of liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment
to the date of repayment at the rates specified in Sub Clause 43.1.
50.
Deleted.
51. Advance Payment
51.1
The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data
by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank
Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the
advance payment. The guarantee shall remain effective until the advance payment has been repaid, but
the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.
Interest will not be charged on the advance payment.
51.2
The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization
expenses required specifically for execution of the Works. The Contractor shall demonstrate that
advance payment has been used in this way by supplying copies of invoices or other documents to the
Engineer.
51.3
The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due
to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No
account shall be taken of the advance (mobilization and equipment only) payment or its repayment in
assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated
Damages.
51.4
Secured Advance:
The Engineer shall make advance payment in respect of materials intended for but not yet incorporated in
the Works in accordance with conditions stipulated in the Contract Data.
52. Securities
52.1
The Performance Security shall be provided to the Employer no later than the date specified in the Letter
of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the
Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28
days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids
shall be valid until a date 28 days from the date of issue of the certificate of completion.
53. Deleted
54. Cost of Repairs
54.1
Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the
end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the
loss or damage arises from the Contractor's acts or omissions.
E. Finishing the Contract
55. Completion
55.1
The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the
Engineer will do so upon deciding that the Work is completed.
56. Taking Over
56.1
The Employer shall take over the Site and the Works within seven days of the Engineer issuing a
certificate of Completion.
57. Final Account
57.1
The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall
issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56
days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue
within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the
Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount
payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s
revised account.
58. Operating and Maintenance Manuals
58.1
If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall
supply them by the dates stated in the Contract Data.
58.2
If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or
they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract
Data from payments due to the Contractor.
59. Termination
59.1
The Employer or the Contractor may terminate the Contract if the other party causes a fundamental
breach of the Contract.
59.2
Fundamental breaches of Contract include, but shall not be limited to the following:
(a)
the Contractor stops work for 28 days when no stoppage of work is shown on the current program
and the stoppage has not been authorized by the Engineer;
(b)
the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not
withdrawn within 28 days;
(c)
the Employer or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
(d)
a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days
of the date of the Engineer's certificate;
(e)
the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by the
Engineer;
(f)
the Contractor does not maintain a security which is required;
(g)
the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and
(h)
if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as defined
in GCC Clause 64, in competing for or in executing the Contract.
59.3
When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other
than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is
fundamental or not.
59.4
Notwithstanding the above, the Employer may terminate the Contract for convenience.
59.5
If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure
and leave the Site as soon as reasonably possible.
60. Payment upon Termination
60.1
If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer
shall issue a certificate for the value of the work done less advance payments received up to the date of
the issue of the certificate, less other recoveries due in terms of the contract, less taxes due
to be deducted at source as per applicable law and less the percentage to apply to the work not completed
as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount due
to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the
Employer.
60.2
If the Contract is terminated at the Employer's convenience or because of a fundamental breach of
Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on
the Works, and the Contractor's costs of protecting and securing the Works and less advance payments
received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes
due to be deducted at source as per applicable law.
61. Property
61.1
All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property
of the Employer, if the Contract is terminated because of a Contractor’s default.
62. Release from Performance
62.1
If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of
either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and
shall be paid for all work carried out before receiving it and for any work carried out afterwards to which
commitment was made.
63. Suspension of World Bank Loan or Credit
63.1
64.
In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the
payments to the Contractor are being made:
(a)
The Employer is obligated to notify the Contractor of such suspension within 7 days of having
received the World Bank’s suspension notice.
(b)
If the Contractor has not received sums due to it upon the expiration of the 28 days for payment
provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination
notice.
Corrupt or Fraudulent Practices:
64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days
notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site,
and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.2
[Termination by Employer].
64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practice during the execution of the Works, then that employee shall be removed in accordance
with Clause 9.
64.3 For the purposes of this Sub-Clause:
(i)
“corrupt practice”7 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of another party;
(ii) “fraudulent practice”8 is any act or omission, including a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
7
For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the procurement
process or contract execution]. In this context, “public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions.
(iii)
“collusive practice”9 is an arrangement between two or more parties designed to achieve an improper
purpose, including to influence improperly the actions of another party;
(iv)
“coercive practice”10 is impairing or harming, or threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the actions of a party;
(v)
“obstructive practice” is
(aa)
deliberately destroying, falsifying, altering or concealing of evidence material to the investigation
or making false statements to investigators in order to materially impede a Bank investigation
into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation, or
(bb)
acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided
for under clause 23.2.
F. Special Conditions of Contract
1.
LABOUR :
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement
of all staff and labour, local or other, and for their payment, housing, feeding and transport.
The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at
such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour
from time to time employed by the Contractor on the Site and such other information as the Engineer may require.
2.
COMPLIANCE WITH LABOUR REGULATIONS :
During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing
labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central
Government or local authority and any other labour law (including rules), regulations, bye laws that may be
passed or notification that may be issued under any labour law in future either by the State or the Central
Government or the local authority. Salient features of some of the major labour laws that are applicable to
construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is
taken against the Employer by the competent authority on account of contravention of any of the provisions of any
Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay
or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions
stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his
amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the
Employer at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS
ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK
(The law as current on the date of bid opening will apply)
a)
Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out
of and during the course of employment.
b)
Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain
conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days
8
For the purpose of these Guidelines, “party” refers to a public official; the terms “benefit” and “obligation” relate to
the procurement process or contract execution; and the “act or omission” is intended to influence the procurement
process or contract execution.
9
For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
10
For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract execution.
wages for every completed year of service. The Act is applicable to all establishments employing 10 or more
employees.
c)
Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly
contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :
(i)
Pension or family pension on retirement or death, as the case may be.
(ii)
Deposit linked insurance on the death in harness of the worker.
(iii)
payment of P.F. accumulation on retirement/death etc.
d)
Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of
confinement or miscarriage etc.
e)
Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be
provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to
be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of
Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to
the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.
f)
Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of Buildings, Roads, Runways are scheduled employments.
g)
Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and
what deductions can be made from the wages of the workers.
h)
Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male
and Female workers and for not making discrimination against Female employees in the matters of transfers,
training and promotions etc.
i)
Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The
Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of
wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only.
The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in
certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the
purpose of applicability of this Act.
j)
Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial
disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or
retrenching the employees or closing down the establishment.
k)
Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more
workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for
laying down rules governing the conditions of employment by the Employer on matters provided in the Act and
get the same certified by the designated Authority.
l)
Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and
employers. The Trade Unions registered under the Act have been given certain immunities from civil and
criminal liabilities.
m)
Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of
age in certain occupations and processes and provides for regulation of employment of children in all other
occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.
n)
Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is
applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary
(who has recruited workmen in one state for employment in the establishment situated in another state). The
Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be
provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment
and back, etc.
o)
The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996
and the Cess Act of 1996: All the establishments who carry on any building or other construction work and
employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the
rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the
establishment is required to provide safety measures at the Building or construction work and other welfare
measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the
work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.
p)
Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health
and safety provisions, welfare provisions, working hours, annual earned leave and rendering information
regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10
persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing
process.
3.
SUB-CONTRACTING (GCC Clause 7)
Please add the following as Clause 7.2:
The contractor shall not be required to obtain any consent from the employer for:
a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;
b) the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the Contract.
Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because
of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer
will consider the following before according approval:
4.
-
The contractor shall not sub-contract the whole of the Works.
-
The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any
such consent shall not relieve the contractor from any liability or obligations under the contract and he
shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as
fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.
-
The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the subcontractors so proposed for the Work possess the experience, qualifications and equipment necessary for
the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.
-
If payments are proposed to be made directly to that sub-contractor, this should be subject to specific
authorization by the prime contractor so that this arrangement does not alter the contractor's liability or
obligations under the contract.
ARBITRATION (GCC Clause 25.3)
The procedure for arbitration will be as follows :
25.3 (a)
In case of Dispute or difference arising between the Employer and a domestic contractor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3
arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of
failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30
days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be
appointed
by
the
President
of
the
Institution
of
Engineers
(India)_____________________________________________
(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent of
the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished alongwith
the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract. In view of
the above, normally no additional sub-contracting should arise during execution of the contract.
2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition to
what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting
exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or
merger of companies etc.
(b)
In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with provisions
of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by
the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the
Parties, and shall act a presiding arbitrator. In case of failure
of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from
the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by
the President of the Institution of Engineers (India)
5.
(c)
If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30
days after receipt of the notice of the appointment of its arbitrator by the other party, then the President of
the Institution of Engineers (India) both in cases of the Foreign Contractor as well as Indian Contractor,
shall appoint the arbitrator. A certified copy of the order of the President of the Institution of Engineers
(India), making such an appointment shall be furnished to each of the parties.
(d)
Arbitration proceedings shall be held at Bhubaneswar, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English.
(e)
The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and
expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the
expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings
as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne
by each party itself.
(f)
Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be
referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the
parties; failing such agreement, by the appointing authority, namely the President of the Institution of
Engineers (India)/.
(g)
Performance under the contract shall continue during the arbitration proceedings and payments due to the
contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration
proceedings.
PROTECTION OF ENVIRONMENT:
Add the following as GCC Clause 16.2:
The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising
as a consequence of his methods of operation.
During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing
enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of the
State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or
notification that may be issued in this respect in future by the State or Central Government or the local authority.
Salient features of some of the major laws that are applicable are given below :
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of water
pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such contamination of
water or such alteration of the physical, chemical or biological properties of water or such discharge of any
sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or
indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or
safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of
animals or plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of
air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid,
liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend
to be injurious to human beings or other living creatures or plants or property or environment.
The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and
for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and
property. 'Environment' includes water, air and land and the inter-relationship which exists among and between
water, air and land, and human beings, other living creatures, plants, micro-organism and property.
The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of providing
immediate relief to the persons affected by accident occurring while handling hazardous substances and for
matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which
is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as
may be specified by notification by the Central Government.
5.2
Environment Management Plan
The Environment Management Plan (EMP) is a set of measures for avoidance, minimization and mitigation of adverse
environmental impacts. The Contractor will abide by the environmental, occupational health and safety measures listed
in the Environment Management Plan (EMP) given in the table below during preparation and execution of Works.
Adverse impact/s on the environment caused due to non-adherence of legal and EMP requirements during preparation
and execution of civil works shall be made good at the Contractor’s own expenses. The Engineer’s check and
certification for payment, in accordance to requirements under Clause 42.2 of GCC, shall also include the performance
review of the Contractor with regard to EMP compliance.
The complete document on Environmental and Social Management Framework (ESMF) from which these conditions
have been derived/listed is available with the Engineer and State Disaster Management Authority (SDMA) for the
Contractor’s reference. It is also available on the websites of National Disaster Management Authority (NDMA) and
State Disaster Management Authority (SDMA).
S.
No.
Activity
Measures to be Implemented by the Contractor
1.
Work Plan for
EMP
implementation
The Contractor’s Project Manager shall be responsible for implementation of EMP provisions and
will coordinate the over-all implementation of the said plan. Along with the Work Programme, the
Contractor shall submit a plan including method statement and timeline about specific actions that
will be taken by him to implement the provisions laid out in the EMP.
2.
Regulatory
Permissions
and Consents
The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works,
which includes obtaining permission/consent for plants, water extraction and borrow areas
operations. This includes:
 Consent for establishment and operation of plant (for concrete work) from SPCB
 PUC certification for all vehicles/equipment used for/during construction
 Permission/consent of the District Administration/Mining Department/other agencies for
quarrying and/or borrowing operations for materials like sand and earth
 Permission for water extraction, if applicable in the local area context.
The Contractor shall abide by all conditions laid out in the said clearances.
3.
Consultation and The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt.
agency) for temporary use of land for all construction related activities including:
Community
Consent
(a) setting-up and operation of construction camp including labour camps, stock yards etc.
(b) borrow areas and
(c) disposal of debris and other waste material.
4.
Construction/
Labour Camp
(a) Location: The camp and plant site/s location and establishment shall be done in a manner that
does not interfere or disturb the activities of local inhabitants, particularly those of schools and
health facilities. Written permission (no objection certificate) shall be taken from the Gram
Sabha and the land owner prior to location selection and a copy shall be submitted to the
Engineer for approval.
(b) Camp site shall not be located within 250 mts. from a water body including village ponds.
(c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats
(such as National Parks, Sanctuaries, Biosphere Reserves, Reserve Forests and Ramsar Sites)
and Coastal Regulation Zone.
(b) Accommodation and Basic Amenities: All weather shelter with the required tenement size and
toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be
provided for women workers. If a common mess is not provided/operated, additional space for
cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained
during the operation of such camps/facilities.
(c) Fuel for Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium
in the construction/labour camp.
(d) Potable water supply: Drinking water supply of at least 40 lpcd with the required supply points
shall be provided.
S.
No.
Activity
Measures to be Implemented by the Contractor
(e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment
(such as fire extinguishers) shall be provided by the Contractor.
5.
Site Clearance
(a). No tree cutting is to carried out without the written instruction from the Employer, who in turn
will ensure that relevant regulatory permission/s (including those from Forest Dept., if required)
are obtained prior to cutting of such trees.
(b) The non-timber grade trees are to be stacked and possession is to be given to
Employer/concerned Govt. Department.
(c) The Contractor shall strip, store and preserve top soil from the site of construction work and in
the stock yards prior to stacking of materials. The top soil shall be reinstated in the Tourist
Guide Centre compound after the construction is over.
6.
Protection
Properties
Resources
of
and
The Contractor shall take due care to protect and prevent damages to the following resources during
preparatory and construction work:
a. Water supply lines
b. Irrigation canals
c. Cart, cattle and/or foot trail/tracks
d. Cultural properties and sites/structures of religious importance
e. Houses, Farmlands, Orchards and/or Trees
f. School and other existing buildings adjacent to the site of construction
In case of damage due to construction activity, the restoration/repairs shall be carried out by the
Contractor at his own cost.
7.
Quarry
Operations
The Contractor shall procure material from quarries that have been approved/licensed by the State
Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material.
8.
Borrow Areas
(a) Borrow areas for the project will be selected by the Contractor following the stipulations given
below. The finalization of all such locations shall be dependent on the approval of the Engineer
on technical and environmental grounds. This includes on-site verification to cross-check the
accuracy of details provided by the Contractor. Only after receipt of the written approval from
the Engineer, the Contractor shall enter into a formal agreement with landowner.
(b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and
earth) from ecologically protected areas.
(c) Identification and Selection
1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren
land is not available. In case borrowing needs to be done on an agricultural land, top-soil
stripping, stacking and preservation is a must.
2. Borrow pits shall not be located within a distance of 100 mts. from any NH, SH or other
roads.
3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations.
4. No borrow pits shall be located within 500 mts. from schools, colleges, playgrounds,
religious structures and health centres.
5. No borrow area shall be opened within 500 mts. from a reserved or protected forest area,
protected sites, wildlife movement zone and cultural heritage site.
6. No tree cutting shall be undertaken.
7. Borrow area near any surface water body will be at least 100 mts. away.
(d) Operation
1. Area up to which material will be extracted shall be clearly demarcated on ground.
2. A 15 cm topsoil layer will be stripped and preserved in stockpiles.
3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing
ground level.
4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal).
(e) Rehabilitation of Borrow Areas
1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at
least three weeks prior to monsoon.
2. Preserved top soil has be spread uniformly over land (except in cases where borrow area is
developed as a water body) used as a borrow area.
9.
Water
Extraction/ Use
Water for construction and for use at construction camps (including labour camps) is to be extracted
with prior written permission of (a) the individual owner, in case the source is private well/tube
well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation Department
in case the source is an irrigation canal or a river.
S.
No.
10.
Activity
Measures to be Implemented by the Contractor
Safety of Road
Users and Local
Residents
(a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall
be made by the Contractor to ensure safety of road users and local people, particularly in the
internal village roads which will be used for transporting materials.
(b) Material shall be covered during transportation to prevent spillage, accidents and pollution.
(c) All required measures to ensure safety of local residents including children and other near-by
residents shall be taken up by the Contractor. This shall include provisions to prevent
unauthorised entry into the construction site and camp; fire and electrical safety measures; precautions around excavation such as barricading and warning signs and safe storage of material.
11.
Worker’s Safety
(a) All measures required for ensuring safety and health of the workers shall be taken up by the
Contractor. This includes provision and enforcement of appropriate personal protective
equipment; first aid facility; emergency response arrangement; proper storage of hazardous/
toxic and polluting materials and; measures for ensuring fire, electrical and mechanical safety
arrangements in camp and in work site.
(b) All methods, steps and measures required for ensuring safety of workers, particularly those
needed while undertaking work in or around excavations; working at height; and; while
handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor.
(c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at
the site.
12.
Air Pollution
(a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing
sources like plant sites and fine material storage stock yards.
(b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures,
such as water sprinkling and cover on materials, based on activity and site conditions.
(c) All plants and equipment shall comply with pollution control norms.
(d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near
settlements (including at least 100 m before the settlement).
13.
Water pollution
(a) All measures (including provision of temporary silt fencing to control sediment run-off) required
for avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water
sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the
Contractor.
(b) Storage of materials like fuel, chemicals and cement shall be done in a manner (with impervious
layer on bottom and a covered shed on top) that does not contaminate land and ground/surface
water.
14.
Noise Pollution
(a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The
Contractor shall schedule construction works in consultation with local Panchayat Authority and
School Principal to ensure least disturbance to school children and other adjacent residents.
(b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site
and those working near generators, heavy equipment/machinery.
(c) Appropriate noise controlling devices including acoustic generators shall be used to minimise
noise during construction work and operation of camp.
15.
Disposal
Debris/Wastes
of (a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the
Engineer in a manner that it does not contaminate the environment.
(b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from
farmlands, water sources and water bodies. In no case, debris shall be disposed within 500 mts.
of ecologically sensitive areas, including forests, wetlands and protected natural habitats.
16.
Restoration and
Rehabilitation of
Sites
All work sites and areas under temporary use (including construction and labour camps, plant sites,
haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its
original condition) and to the satisfaction of the Engineer and land owner upon completion of
construction work by the Contractor.
Completion of work (as covered under clause 55.1 of GCC) will also include completion of
rehabilitation and clean-up of the work sites including camps, plants, in and around the construction
site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas
and other sites/locations used for material sourcing.
17.
Liabilities
Any liability arising out of Contractor’s agreement with landowners/ local people/gram panchayat
(including those related to temporary use of land, water extraction and disposal of debris) shall be
settled by the Contractor.
SECTION 4: CONTRACT DATA
Contract Data
Items marked "N/A" do not apply in this Contract.
The following documents are also part of the Contract:
Clause Reference
·
The Schedule of Operating and Maintenance Manuals
[58]
·
The Schedule of Key Personnel
[9]
·
The Methodology and Program of Construction & Environmental Management Plan
[27]
·
The Schedule of Key and Critical equipment to be deployed
on the work as per agreed program of construction
[27]
The Borrower is Government of India and Government of ODISHA is a participating state in the Integrated Coastal Zone
Management project
The World Bank means International Development Association
and loan refers to an IDA Credit
[1.1]
The Employer is
Name:
The Sr. Divisional Manager (BP- II) cum Nodal Officer , OTDC, Odisha
(1.1)
Lewis Road, Bhubaneswar – 751014, Odisha
Address:
Name of authorized Representative: The Sr. Divisional Manager (BP- II) cum Nodal Officer.
The Engineer is
Give a name with address
(1.1)
Name:
The Adjudicator appointed jointly by the Employer and Contractor is:
*Name
:
Address
:
(1.1)
The name and identification number of the Contract is:
ICZMP/OTDC/W/64 (II)/13-14
The Works consist of Development of Eco-Tourism Complex at Barkul-Part-II (Phase-I) under ICZMP in Dist-Ganjam.
The work is to be executed in the financial year 2012-13 and to be continued in the financial year 2013-14.
[brief summary, including relationship to other contracts under Project
The Start Date shall be the date of issue of notice to proceed with the work. (1.1)
The Intended Completion Date including rainy season for the whole
of the Works is 9 (Nine) months with the following milestones:
[17, 28]
Milestone dates:
Physical works to be completed
Period from the date of issue of
notice to proceed with the work
Milestone 1 i.e. Column Foundation up to Plinth Level
6
Milestone 2 i.e. Super Structure Work ( Bamboo Structure)
12
months.
Milestone 3 i.e. PH works & Other Finishing Work
18
months.
The following documents also form part of the Contract:
_____________________NIL________________
months.
[2.3]
The Contractor shall submit a revised Program including Environmental
Management Plan for the Works (in such form and detail as the
engineer shall reasonably prescribe) within 14 days of
delivery of the Letter of Acceptance.
[27]
The Site Possession Dates shall be: Seven days
from the date of signing the Agreement
[21]
The Site is located at as above and is defined in drawings nos
Section 1 / Site A : Barkul of Ganjam District
The Defects Liability Period is 365 days from the date of certification of completion of works.
Insurance requirements are as under:
[13]
Minimum Cover
for Insurance
Contract value
Maximum deductible
for Insurance
5% of the Contract
Value
Total book value of
the
equipment
brought to the site
by the contractor
Rs.10,00,000/-
5% of the
alongside
a) for other people;
As per Workmen’s
Compensation Act
1923 and other
Acts in force.
As per Workmen’s
Compensation
Act
1923 and other Acts in
force.
b) for
Contractor’s
Employees
In
accordance
with
the
requirements applicable to India
(i)
Works and
Materials
Plant
(ii)
Loss
or
Equipment
(iii)
Other Property
(iv)
Personal injury or death
insurance:
damage
and
to
[35]
figure
Rs.10,000/-
statutory
The following events shall also be Compensation Events: NIL
[44]
The period between Program updates shall be 30 days.
[27]
The amount to be withheld for late submission of an updated
Program shall be Rs. 3000.00 per day
[27]
The language of the Contract documents is English
[3]
The law which applies to the Contract is the laws of Union of India
[3]
The currency of the Contract is Indian Rupees.
[46]
Fees and types of reimbursable expenses to be paid to the Adjudicator
[25]
Rs. 3000.00 per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging expenses.
In case appointed by the President, Institute of Engineers, India at a daily fee per sitting as suggested
by the Institute of Engineers, India.
Appointing Authority for the Adjudicator: The President, Institution of Engineers (India) [26]
The formula(e) for adjustment of prices are: [Deleted]
[47]
The proportion of payments retained (retention money) shall be 6% from each bill
subject to a maximum of 5% of final contract price
[48]
The liquidated damages for the whole of the works are
per day and that for the milestone are as under :
[49]
For milestone 1
For milestone 2
For milestone 3
Rs.16000.00 per day
Rs.24000.00 per day
Rs.40000.00 per day
The maximum amount of liquidated damages for the whole of the works
is ten percent of final contract price.
The amounts of the advance payment are:
[49]
[51]
Nature of Advance
Amount (Rs.)
Conditions to be fulfilled
1. Mobilization
5% of the Contract price
On submission of un-conditional Bank Guarantee.
(to be drawn before end of 20% of Contract period)
2. Equipment
90% for new and 50% of depreciated
value for old equipment. Total
(This advance is not amount will be subject to a maxiapplicable
for mum of 5% of the Contract price.
equipment already
owned or hired/
leased
by
the
contractor.)
After equipment is brought to site as per agreed
construction program (provided the Engineer is
satisfied that the equipment is required for
performance of the contract) and on submission of
unconditional Bank Guarantee for amount of advance.
3. Secured advance 75% of Invoice value or Market
for
non- value - lower of the two.
perishable
materials brought
to site
a) The materials are in-accordance
specification for Works;
with
the
b) Such materials have been delivered to site, and are
properly stored and protected against damage or
deterioration to the satisfaction of the Engineer.
The contractor shall store the bulk material in
measurable stacks.;
c)
The Contractor’s records of the requirements,
orders, receipt and use of materials are kept in a
form approved by the Engineer and such records
shall be available for inspection by the Engineer;
d) The contractor has submitted with his monthly
statement the estimated value of the materials on
site together with such documents as may be
required by the Engineer for the purpose of
valuation of the materials and providing evidence
of ownership and payment thereof;
e) Ownership of such materials shall be deemed to
vest in the Employer for which the Contractor
has submitted an Indemnity Bond in an
acceptable format; and
f) The quantity of materials are not excessive
and shall be used within a reasonable time as
determined by the Engineer.
(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).
Repayment of advance payment for mobilization and equipment:
The advance shall be repaid with percentage deductions from the interim payments certified by
the Engineer under the Contract. Deductions shall commence in the next Interim Payment
Certificate following that in which the total of all such payments to the Contractor has reached
not less than 15 percent of the Contract Price or 3 months from the date of payment of first
installment of advance, whichever period concludes earlier, and shall be made at the rate of_15
percent of the amounts of all Interim Payment Certificates until such time as the advance has
been repaid, always provided that the advance shall be completely repaid prior to the expiry of
the original time for completion.
Repayment of secured advance:
[51]
The advance shall be repaid from each succeeding monthly payments to the extent materials
[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of
Contract Data on prepage] have been incorporated into the Works.
The Securities shall be for the following minimum amounts equivalent as a percentage of
the Contract Price:
[52]
Performance Security for 5 per cent of contract price plus Rs. ..................... as additional
security for unbalanced bids [in terms of ITB Clause 29.5].
The standard form of Performance Security acceptable to the Employer shall be an unconditional
Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.
*The date by which operating and maintenance manuals are required is within 28 days of issue
of certificate of completion of whole or section of the work, as the case may be.
*The date by which “as-built” drawings (in scale 1:100) in 2 sets are required is within
28 days of issue of certificate of completion of whole or section of the work, as the case may be.
The amount to be withheld for failing to supply “as built” drawings and/or operating and
maintenance manuals *by the date required is Rs.3,00,000.00
The following events shall also be fundamental breach of contract:
1.
The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of
GCC
2.
The contractor does not adhere to the agreed construction program and agreed
environmental management plan (Clause 27 of GCC) and also fails to take satisfactory
remedial action as per agreements reached in the management meetings (Clause 31) for a
period of 60 days.
3.
The contractor fails to carry out of the instructions of Engineer within a reasonable time
determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.
The percentage to apply to the value of the work not completed representing the Employer's
additional cost for completing the Works shall be 20 percent.
[58]
[58]
[58]
[59.2]
[60]
SECTION 5
TECHNICAL SPECIFICATIONS
Contents
1. Civil Works
1.
TECHNICAL SPECIFICATION FOR CIVIL WORKS
1.1
General :
1.1.1
Scope of work :
The work contemplated under this contract includes general Builder’s work for the aforesaid
project, all as detailed in the Bill of Quantities, Specifications and drawings and to complete the
said work in every respect in accordance with this contract and with the directions and to the
satisfaction of the Engineer-in-charge.
Such other works which are not included in the aforesaid Bill of quantities are generally
intended to be executed through a separate agency. Notwithstanding the above, the Engineerin-Charge reserves the right to order additional works under the same Contract. The Engineerin-charge also reserves the right to omit any item of work included in the aforesaid Bill of
quantities and award the same to any other contractor or not perform it at all at his discretion
and the Contractor shall not have any claim because of the same.
The Contractor for this work shall be required to work in co-operation and co-ordination with
other agencies on site and give them all reasonable assistance and help for the execution of the
work in an efficient manner all as directed. The words “approved” or “as directed” shall be
deemed to convey approval or the discretion of the Engineer-in-charge of the work.
1.1.2 Indian Standard Specification :
The particular Specifications for the work are as detailed hereinafter. These specifications shall
be read in conjunction with the relevant Indian Standard Specifications. The obtainable local
practice as detailed in various regional handbooks of practice may be used subject to specific
approval from the Engineer-in-charge. Where the specifications in any of the standards are at
variance with the specifications detailed herein, the specifications herein shall govern.
1.1.3 Quality of Materials & General Standards of work :
The contractor under this contract commits himself to use materials conforming to relevant
Indian Standards / Codes and assumes full responsibility for the quality of all materials
incorporated or brought for incorporation in the work, the work shall be executed in accordance
with acceptable engineering practice and as per direction of the Engineer-in-charge.
1.1.4 Scaffolding :
All scaffolding and ladders required for the proper execution of the work shall be provided by the
contractor. The scaffolding should be stout and strong to prevent any collapse or displacement.
Proper measures for safety of workmen working on scaffolding should be taken by the
contractor.
The mode of measurements, wherever possible is specifically mentioned in these documents.
Where it has not been mentioned, it shall be as per provision of the relevant Indian Standards.
All the measuring tapes and other accessories necessary, shall be provided by the contractor.
The bidder along with his bid shall furnish a list of tools, plant and machinery which he intends to
use on the works in Bid document. The list should indicate the exact type of machine, its
capacity, year of manufacture, kind and capacity of propelling force, spare parts readily
available and all other pertinent information. The contractor is obliged to use the machinery
mentioned in his list if the Engineer-in-charge considers it necessary.
1.1.5 Surveying and staking :
It is the express responsibility of the contractor to bring to site all surveying instruments
necessary for the marking out, fixation of levels, etc. and conduct these survey operations
himself with utmost accuracy. The contractor shall put up stable bench marks etc. as necessary
for the work. Engineer-in-charge / his representative will be present when this work is being
carried out and will inspect all these operations with the contractor’s assistance. The contractor
shall be entirely responsible for accurate setting out the work and he shall at his own expense
make good any defects arising from errors in the line and levels.
1.1.6 Dewatering :
Dewatering of accumulated water in all locations on work site from whatever source of cause
until the virtual completion of the entire work shall be done by the contractor at his own
expenses and shall not be separately paid for. The rates quoted by the contractor shall be
deemed to be inclusive of this.
1.1.7 Access to site, approach roads and roads within the premises :
The contractor shall at his own cost provide all approach roads required for the purpose of
carrying out the work in the most expeditious and efficient manner and shall remove the
temporary roads on completion. He shall acquaint himself thoroughly regarding condition and
suitability of public roads leading up to the limits of the premises and will provide vehicles for
transportation of materials which meet the requirements of these road conditions. It shall also be
the responsibility of the contractor to maintain at his own cost the road till the construction is
completed. The bidder is also to acquaint himself with local laws and bylaws and comply with all
police and highway authority requirements.
1.2
1.2.1
Earth work:
Excavation:
Excavation for trenches over areas and for pits, etc. shall be done to widths, lines and levels as
shown in drawings or to such lesser or greater widths, lines and levels as directed. The bottom
and side of excavation, required levels, profile, etc. watered and thoroughly rammed. Where the
contractor excavated below required level in good ground inadvertently or carelessness he shall
make up the void in concrete M-10 at his own expense. During excavation the contractor shall
take necessary precaution to retain earth, so that the earth will not slide or fall down to avoid
any accident and hamper the progress of work. He will take necessary steps to prevent the
damage to adjacent structure or existing services. He shall repair and make good any such
damages at his own expense to the satisfaction of the owner. A suitable path for men and
materials around the excavated pit should be maintained throughout the work. Stacking or
excavated earth from trenches, bids etc. shall be done away from the pit at a minimum distance
equivalent to the depth of pit/trenches/foundation up to a initial lead and lift as directed by the
Engineer-in-Charge.
1.2.2
Dewatering:
All water that may get accumulated in excavations during the progress of work from whatever
cause or source, shall be bailed or pumped out as necessary. The rates for excavation shall be
deemed to include the same, if not otherwise specified.
1.2.3
Timbering & excavation (Shoring)
Where the soil is soft and sides of excavation needs supporting, suitably designed planking and
strutting shall be provided. The rates for excavation shall be deemed to include all planking and
strutting as necessary.
1.2.4
Refilling around foundations:
Refilling around foundations shall be done with approved excavated materials. Refilling shall be
done in layers not exceeding 15cms thick, watered adequately and consolidated with pneumatic
tampers or other suitable compactors. The finished surface of filling shall be slightly proud to
bring it to finished level after watering and consolidation as directed. The rates for refilling
around foundations shall be deemed to include this.
All materials considered surplus shall be removed to destinations and disposed off as directed.
The disposal of the materials can be in any of the following ways as directed by the Engineer-inCharge of the work.
1.2.5
1.
Filling in low lying areas.
2.
Filling in at places of filling such as under floors, in roads etc.
3.
Stacking of materials in pre-designated stacking yard.
4.
Removal of materials outside the plot for disposal.
Filling:
Filling under floors or other places indicated shall be done with good quality sand conforming to
zone 2 or 3 I.S: 383. Filling shall be done in layers, each layer watered adequately and
consolidated to specified density by suitable compacting equipment. Thickness of each layer
shall not exceed 15 cm. The surface of the filling shall be finished to lines and levels as
required. The filling shall be compacted in such a manner as to guarantee full stability.
1.2.6
Measurement:
Measurement for all excavation, filling, carting away and earthwork shall be in solid measure.
The rates quoted by the bidders are thus for solid measure units. The following factors shall be
applied to obtain quantities of solid measure.

Excavation
:
No reduction in volume

Filling, watered and
:
Volume shall be determined by levels
Consolidated
in layers before and after compacted filling and by
measuring the lengths and breadth as required.
The mode of measurement for various types of excavations shall be as under:
a)
In case of trenches, pits and areas, measurement shall be on the basis of width of foundations
and the depth of bottom of foundation (bottom of bed concrete, if provided) formation.
b)
In case of pipe trenches and drains, measurement of width of trench shall be diameter of the
pipe plus an allowance of 50 cms. To allow for collars, flanges etc.
c)
Excavation in rock shall be measured up to levels indicated or required. No undulations as
physically appearing after excavations shall be taken into consideration while arriving at the
quantities. The rates quoted by the contractor shall be deemed to include for this and no extra
is admissible.
1.2.7
Sub-grade Conditions:
When no data is available of soil formation and depth of water table of proposed work site, the
contractor should make his own arrangements of preliminary site investigation by actual
inspection of the site and surrounding areas to assess the nature of soil and to foresee the
difficulties that may arise during construction period. The contractor shall acquaint himself of
the above before filling up of the bid.
No claim whatsoever will be entertained on any account of conducting these exploratory works
or lack of investigation on the part of the contractor.
1.3
Plain & Reinforced Concrete, Controlled Concrete
1.3.1
General :
Concrete and reinforced concrete work shall be carried generally in conformity with the latest
Indian Standards IS: 456 and for provisions indicated here in below. All work is to be carried out
with utmost precision and up to date scientific know how and the contractor shall employ
thoroughly competent staff to achieve acceptable standards conforming to technical
specifications.
1.3.2
Cement:
Portland slag cement (IS: 455) shall be used wherever so directed by the Engineer in Charge or
as shown in drawings or Bill of Quantities. If directed, the contractor shall purchase cement as
fresh as possible after manufacture and where there is reason to believe the cement has been
long stored, the Engineer-in-charge may demand a Laboratory Test Certificate regarding the
character of cement and the contractor shall furnish the same at no extra cost. The Engineerin-charge shall reject any cement which in his opinion does not meet the required standards.
All bags and containers in which cement is packed shall be stored in a dry, weather tight,
properly ventilated structure with adequate provision for prevention and absorption of moisture.
The contractor shall at all times maintain for the inspection of the Engineer-in-Charge a log book
indicating the receipt of cement, brand and agent from whom obtained and the age of cement.
Cement, which has caked or perished by being wet or otherwise shall on no account be used on
the work.
Cement shall be consumed on the works in the same sequence as that of their receipt at site.
Cement reclaimed from cleaning of bags or from spillage from containers, or otherwise shall on
no account be used.
Portland Slag Cement is to comply to the relevant Indian Standard Specifications IS 455. This
standard stipulates that the slag constituent shall be not less than 25 per cent and not more
than 65 per cent of the Portland Slag Cement.
1.3.3 Fine Aggregate :
(i) Fine aggregate shall conform to latest Indian standards (IS:383). Sand shall be natural
sand, crushed gravel sand or crushed stone sand but it must be a well-graded sand
conforming to IS grading and its FM be 2.4 to 3.2. Use of sea sand is prohibited. It shall
be composed of hard siliceous material and shall be clean and of sharp angular grit type.
Sand shall be properly graded minimizing all voids.
(ii) Allowance for bulking of wet sand shall be made. Bulkage limit is to be restricted to less
than 20%. Silt content in sand should not be more than 5%. Laboratory equipment such as
measuring jars etc. are to be kept at site for time to time checking of bulkage and silt
content.
(iii) Sand shall be free from any harmful organic impurities. Quick colour test should be made at
site for the consignment of sand receiver. Colour test details are given below:
Colour Test of Sand:
The sand shall be tested with 3% solution of caustic soda (Sodium Hydroxide), which is called
“Colour Test”. This is a reliable indicator of the presence or otherwise of any organic matter in
sand as under.
1.3.4
(i)
A colour less liquid indicates clean sand free from organic matter.
(ii)
A straw coloured liquid indicates some organic matter but not enough to be seriously
objectionable; and
(iii)
A dark colour means that the sand contains injurious amount of organic matter and
should not be used unless it is washed and a retest shows that it is satisfactory.
Coarse Aggregate:
Coarse aggregate shall be approved hard aggregate conforming to latest Indian Standards (IS:
383) details of which are as follows.
(i)
(ii)
(iii)
(iv)
Deleterious materials
Specific gravity
Water absorption value
Aggregate crushing value
:
:
:
:
(v)
Aggregate impact value
:
(vi)
Aggregate abrasion value
:
(vii) Soundness (sodium
sulphate method)
:
less than 5%
not less than 2.6 (2.6 to 3)
about 1% by weight
for wearing surface less than 30%
for other concrete surface less than 45%
for wearing surface less than 30%
for concrete other than wearing surface less
than 45%
for wearing surface less than 30%
for concrete other than wearing
surface less than 50%.
less than 12%
Aggregate, Gradation, storage, etc.
 Aggregates of various specified sizes shall be stock piled properly and separately.
 Aggregates shall be clean and shall not contain any foreign matter, silt, loose or
destructive substances, harmful chemicals etc.
 Aggregates shall be stored in proper bins, which shall have good drainage to prevent the
inclusion of foreign matter and preserve the gradation. Sufficient live storage shall be
maintained to permit segregation of successive shipment, placing of concrete at the
required rate and such procedures as inspection and testing.
 If directed, the aggregate shall be washed before use. The grading of aggregate for use
on works shall be as per the Indian Standards (IS : 456 )
1. Grading of Coarse Aggregate as per IS: 456
Sl No.
IS size
% Passing for graded aggregate of nominal size.
40mm
20mm
16mm
12.5
1
40mm
95-100
100
-
-
2
20mm
30-70
95-100
100
-
3
16mm
-
-
90-100
100
4
12.5mm
-
-
-
90-100
5
10mm
10-35
25-55
30-70
40-85
6
4.75mm
0-5
0-10
0-10
0-10
7
2.36mm
-
-
-
-
2. Grading of Single Size Aggregate as per IS: 456
Sl No.
1
2
3
4
5
6
7
IS size
40mm
20mm
16mm
12.5mm
10mm
4.75mm
2.36mm
% Passing for single aggregate of nominal size.
40mm
20mm
16mm
12.5mm
10.00 mm
85-100
0-20
0-5
-
100
85-100
0-20
0-5
-
100
85-100
0-30
0-5
-
-100
85-100
0-45
0-10
-
100
85-100
0-20
0-5
Proper sieve analysis shall be carried out to determine the best gradation obtainable from the
available aggregates. The sieve analysis shall be performed as per standard practice and as laid
out in the relevant Indian standards.
1.3.5
Water :
Water for all concrete work shall be clean, free from deleterious matter such as oils,
acids, alkalis, sugar and vegetable matter. Permissible limits for solids shall conform to
IS 456. Every attempt shall be made to use water which is fit for drinking purposes.
Water storage facilities provided by the contractor shall be maintained properly to
preclude contamination of water by any of the harmful substances. The quantity of
water to be added to concrete for mixing shall be such as to afford workability
consistent with strength requirements. Water cement ratio shall be maintained
constant as specified (0.45 for RCC and recorded in every batch of concrete. P.H. of
water shall be in the range 6-9.
The permissible limits, as per IS 456- areas following :
SL. NO.
Tested as per
Permissible Limit (Max)
(i)
Organic------------------- IS 3025 (part – 18)-------------------200 mg/litre
(ii)
In organic ---------------- IS 3025 (part 18) --------------------3000 mg/litre
(iii)
Sulphates ( as SO3) -----
(iv)
Chlorides (as Cl)--------- IS 3025 (part 32)---------------------2000 mg/litre for
IS 3025(part 24)---------------------400 mg/litre
concrete not containing embedded
steel and 500 mg / litre for RCC work.
Suspended matter----- IS 3025 (part – 17) ---------------------2000 mg/litre
(v)
The water cement ratio, being of paramount importance governing the durability of concrete, it
should be of the lowest feasible value. In the subject under reference, it should be 0.45 for
M30 RCC and to achieve sufficient workability, it may be necessary to use suitable superplasticizer in the concrete mix to ensure efficient placement of concrete.
1.3.6
Plasticizers: The commonly available admixtures with good to high plastic zing effects are:
(i)
Modified ligninsulphonates (MLS)
(ii)
Sulphonated melamine condensates (SMF)
(iii)
Sulphonated naphthalene condensates (SNF)
(iv)
Poly Carboxylic ethers (CE)
Typical performance of water reducing admixtures are outlined below:
Type of super-plasticiser
Typical dosage by cement weight
Water reduction
MLS
0.2-0.8%
Up to 10%
SMF
1.0-3.0%
Up to 25%
SNF
0.8-2.0%
Up to 25%
0.5-1.5%
Up to 40%
CE
(Poly
ethers)
Carboxylic
The super-plasticiser based on Poly Carboxylic Ethers (CE) is proving much better than others. The
type and dosage of Super-plasticiser to be used shall be subject to the approval of the Engineer-incharge. The dosage shall be arrived at through lab. tests / mix design tests as approved by the
Engineer-in-charge.
1.3.7
Types of concrete, strengths etc. :
The Bill of quantities specifies various types of concrete. The strengths corresponding to these
types is as per table below :
i. Types of Concrete
Sl.
Type of Concrete
28
day
Characteristic
Design strength N/mm2
28 day Target
Strength N/mm2.
M-15
M-20
M-30
15
20
30
15 + 1.65 X 3.5 =20.8
20 + 1.65 X 4.0 = 26.6
30 + 1.65 X 5.0 = 38.2
No.
1
2
3.
Design
Note : The established values of standard Deviations shall be used. When adequate test
results (30 or more) are available and the target strengths revised thereafter. Efforts shall be
made to bring the standard Deviations up to date, preferably once a month.
Even though the Bill of quantities specifies various types of concrete, it is possible that the type
may be altered to suit the site conditions. The compressive strength indicated above pertains to
compressive strength tests on “work test cubes 15 x 15 x 15 cm, after normal curing for 28
days. The strength of preliminary test cubes shall be as per IS : 456.
The type of concrete for any particular situation of work shall be as per drawings.
Any construction in the coastal areas may be considered as exposed to “severe” environmental
condition. In assessing the level of severity, it shall be prudent to adopt a realistic attitude and
be even some what conservative in respect of the extent of coastal zone for the ultimate
durability of the structures.
Thus, besides using. Portland Slag Cement, the specific requirement on “durability aspects”, as
per Indian Standard IS 456, in respect of the following parameters, must be met :
Minimum Cement Content

Maximum Water / Cement ratio

Cover to Steel Reinforcement.
All these requirements are related to the various ‘environmental exposure conditions. The
standard IS 456 classifies the environment into 5 levels of severity, that is mild, moderate,
severe, very severe, and extreme.
The parameters relating to minimum cement content and maximum water / cement ratio,
as per IS 456, are summarized below along with the minimum grade of concrete :-
Exposure
Environment
Exposure
Classification
Coastal
concrete
sheltered from saturated
salt air.
Concrete exposed to
coastal environment
Concrete exposed to
sea water spray / or in
contact with aggressive
soils / ground water
Plain Concrete
Reinforced Concrete
Max.
water
cement
ratio
0.60
Mini. (*)
Grade of
concrete
Moderate
Min. (*)
Cement
content)
3
kg/m
240
Max.
water
cement
ratio
0.50
Min.
Grade of
concrete
M15
Min.(*)
Cement
content)
3
kg/m
300
Severe
250
0.50
M20
320
0.45
M30
Very
Severe
260
0.45
M20
340
0.45
M35
M25
Arrangement for slump cone test shall be kept at site to arrive at workability whenever the
Engineer-in-charge wants to check at site. Arrangement for compacting factor test shall also be
made to Tests for determination of strength of concrete.
ii. Strength of Concrete
As will be apparent from the Bill of quantities, the strength of concrete specified is the criteria
and the contractor shall make every effort to obtain the strength by good quality. Control. In
case of concrete, which does not obtain the specified strength at 28 days, such work shall be
demolished and reconstructed to obtain the requisite strengths, as directed by the Engineer-incharge. It has also to be ensured that the concrete conforms to the durability requirements viz.
all requisite parameters concerning minimum cement content, maximum free water cement ratio
and the specified cover to steel as well as good workmanship to obtain full compaction of
concrete with non honey-combing in the finished concrete etc. have to be meticulously
implemented on the job including fully efficient curing of concrete surfaces. To determine
whether concrete in any particular part of the work is of the requisite strength or not, test cubes
(works test cubes) shall be made from samples collected from the concrete being poured for the
particular part and determined as per acceptance criteria detailed hereinafter. The salient
features for the collection of samples is as indicated below.
Testing of Concrete Cubes for determining Compression strength:
1. Quality
As specified
2. Compression strength
Shall be as specified for the particular type of concrete.
3. Criteria for acceptance of work
Part or element pf concrete work shall be deemed to be acceptable, provided the three cubes
tested for 28 days strength conform to the following as per IS 456.
iii. Acceptance criteria of concrete cubes. (As per IS 456)
The Concrete shall be deemed to comply with the strength requirements when both the following
conditions are met.
(a) The mean strength – determined from any group of 4 non-over lapping consecutive test:
(b) Any individual test result complies with the appropriate limits in column 3 of the following
Table-A
Table A. Characteristic Compressive Strength Compliance Requirement
Specified
Grade
Mean of the Group of
4 Non-Over lapping
Consecutive Test Results
2
In N /mm
1
Individual Test
2
Results in N/mm
2
≥ fck + 0.825 X established
Standard deviation (rounded
Off to nearest 0.5 N / mm2)
OR
fck + 3 N /mm2
which ever is greater
M 20
≥ fck + 0.825 X established
standard deviation (rounded
off to nearest 0.5 N /mm2
OR
fck + 4 N / mm2
Whichever is greater
fck = 28 days characteristic compressive strength
3
M15
≥ fck –3 N /mm2
≥ fck – 4 N / mm2
In the absence of established value of standard deviation, the following values of standard deviation
shall be assumed, and attempt should be made to obtain results of 30 samples as early as possible
to establish the value of standards deviation of the specified grade of concrete.
Assumed Standard Deviation
Grade of Concrete
M10 & M15
M20 & M25
M30, M35 & Above
Assumed Standard
Deviation (N /mm2)
3.5
4.0
5.0
The above values correspond to the site control having proper storage of cement’ weigh batching of
all materials; controlled addition of water regular checking of all materials’ aggregate grading and
moisture content; and periodical checking of workability and strength. Where there is deviation from
the table, the values give above shall be increased by 1 N /mm2.
Concrete shall be liable to be rejected if it is porous of honey combed, its placement has been
interrupted without providing a proper construction joint, the reinforcement has been displaced
beyond the tolerance specified or the construction tolerances have not been met. The concrete
shall be accepted only after the contractor carries out suitable remedial measures to the full
satisfaction of the Engineer-in-charge.
In case of doubt regarding the grade of concrete used, either due to poor workmanship or based on
results of cube strength tests, core tests shall be carried out. The points from which cores are to be
taken and the number of cores required shall be at the discretion of the Engineer-in-charge and
shall be representative of the whole of concrete concerned. In no case, however, shall fewer than
three cores be tested in accordance with IS – 516. Concrete in the member represented by a core
test shall be considered acceptable if the average equivalent cube strength of the core is equal to at
least 85% of the cube strength of the grade of concrete specified for the corresponding age and no
individual core has a strength less than 75%.
1.3.8
Quantum of Cubes and testing as per IS 456.
The minimum frequency of sampling of concrete of each grade shall be in accordance with the
following.
Quantity of Concrete
No. of samples
In the work (m3)
1
-
5
1
6
-
15
2
16
-
30
3
31
-
50
4
51 and above
4 + one additional sample for
each additional 50 m3 or part there of.
NOTE: At least one sample shall be taken from each shift. 3 test specimens shall be made from each
sample for testing at 28 days. Additional 3 specimen cubes be cast to determine the strength of
concrete at 7 days.
The direction of the Engineer-in-charge in this regard shall be final and binding.
Batching and making of concrete:
All batching of aggregates and cement shall be by weight. All the necessary equipment such as
weighing equipment, devices for determination of moisture and bulk in sand, slump cone etc. shall be
provided by the contractor. Concrete shall be machine mixed in appropriate mechanical concrete
mixtures until there is a uniform distribution of materials and uniform colour and consistence is achieved
and under no circumstances for less than two and half minutes.
A wooden board approximately 30 cms. X 40 cms. Shall be put up at the concrete mixture on which
shall have been legibly written in English and the local language, the quality of concrete that is being
mixed, the proportions and other relevant data.
1.3.9
Cubes:
The size of cubes to be prepared and tested shall be 15 X 15 X 15 cm (6” x 6” x 6”)
Cubes each are intended for testing at 7 and 28 days respectively and determining the strength.
Cubes tested at 7 days should give a strength of not less than 70% of the corresponding strength of
structural members and also for works at various levels. It shall also be collected whenever the usual
quality for a particular strength is suspect. The acceptance criteria of concrete cubes as given above
and in IS: 456 is to be followed. The test results of the sample shall be the average of the strength of 3
specimens. The individual variation shall not be more than ± 15% of the average. If more, the test
results of the sample are invalid.
1.3.10 Preparation and Testing of Cubes:
Casting of cubes, preparation of moulds for the same, processing and curing the cubes and testing the
same shall be as per detailed instruction laid down in the relevant Indian Standard as amended up to
date.
1.3.11 Equipment modules testing etc.
It is entire responsibility of the contractor to prepare and get the cubes tested and provide for all
materials, labour, modules, equipment, faculty and charges for testing etc. The contractor’s rate for
concrete work shall be deemed to include for these and no extra payment whatsoever is admissible on
this account.
1.3.12 Slump:
The slump cone tests shall be required to be performed to establish workability and the same shall be
carried out free of cost. Suitable Plasticiser / Superplasticiser may need to be used, as directed by the
Engineer-in-charge, in M-20 M-30 & grade RCC to obtain the requisite workability of concrete at the
specified water cement ratio.
1.3.13 Form Work:
Form work shall be properly designed and constructed such that it is rigid enough to remain free from
bulging, sagging or replacement during placing of concrete. It should also be so constructed as to
facilitate removal of the same without damage to concrete. The formwork shall be adequately watertight
to prevent any loss of liquid and grout. All formwork shall be accurately erected in regard to size, levels
etc. In case of timber form work, the surface of forms in contact with concrete surface shall be wrought.
The joints between boards shall be close fitting and very thin for the concrete surfaces designed to have
exposed finish and not intended to be plastered. Surface of forms coming in contact with concrete shall
be treated with approved emulsions or mineral oil. It shall be ensured that these emulsions do not stain
or discolour the natural colour of concrete.
All form work shall be removed as per latest IS 456. Form work shall be removed without shock or
vibration. Edges of beams and columns if required to have chamfers shall be obtained by suitably fixing
triangular edge beads 20mm x 20mm to the forms. (No extra is admissible to the contractor on account
of these incidental and minor works for sizes up to and including 20mm x 20mm). Likewise where drip
notches are necessary they should be formed by suitably shaped fillets nailed in forms.
Form work for all beams and other horizontal construction members shall be built to an upward camber
of
1/300”
of
the
span
(in
the
center)
to
nullify
the
effects
of
optical
illusion. The camber shall be in addition to such camber as may be required and shown in the Static
Calculations.
The tolerance on the shapes, lines and dimensions shown in the drawings shall be within the limits
given below:
(i) Deviation from specified dimensions of cross-section
of columns and beams……………………………..+ 12mm
-6
(ii) Deviation from dimensions of footings
1.
Dimensions in plan…………………………+ 50mm
- 12
2.
Eccentricity………………………………….0.02 times the width of the
Of deviation but not more than 50mm.
3.
Thickness…………………………………...± 0.05 times the specified
Thickness.
(iii)
Plumb, specified Batter, the lines & surface of
Columns walls etc…………………………….± 12 mm (in 3m of height)
± 18 mm (in 6m of height)
& ± 30 mm (in 12m of height)
After the forms have been erected to line and grade, the same shall be meticulously inspected as to
their adequacy. If the forms are not tight, there will be loss of mortar, which shall result in honeycombing of concrete or a loss of water which shall cause sand streaking. If the inspection reveals
that the forms are not braced sufficiently to stay in alignment during concrete placement, concreting
operation shall not be commenced till the Contractor sets right the deficiencies and the forms reinspected and found O.K. it shall also be checked during inspection that the formwork as erected
conforms to the specified line, grade, alignment to the specified tolerance limits. Fully adequate
rigidity of forms is of paramount importance since the tolerance limits specified are for the finished
concrete and not for the forms. Consolidation of concrete by the vibrator requires that the forms be
tight and strong. Stability is a very important consideration in the form work and the Contractor shall
be made to understand that the common deficiencies resulting in failure of formwork.
(i) Inadequate cross bracing: (ii) Inadequate horizontal bracing: (iii) failure to regulate the rate of
placement of concrete in the forms and (iv) abnormal form displacements during & after concrete
placement due to inadequate provision for lateral pressures.
The contractor should ensure that ready access is provided for proper placement of concrete,
vibration of concrete, and for inspection of these operations.
1.3.14
Horizontal Construction Joints :
A very common blemish on formed concrete surfaces in the off “set” often found at horizontal
construction joints where forms have given way (viz yielded) a fraction of couple of centimeters at
the bottom of the new lift. These off –sets should be prevented by so setting the forms as to fit
snugly & tight against the top of concrete in the previous lift and then securing the forms so as to
remain in tight contact during the concrete placement operation. The anchoring shall be done by
using an ample number of ties and bolts above and within a few centimeters of the construction
joint. The ties in the top of previous lift cannot be relied on to prevent a slight spreading of the forms
at the joint. Forms shall overlap the hardened concrete in the lift previously placed by not more than
about 50 mm, though 25 mm lap is considered satisfactory. The Contractor should take utmost care
to ensure that the construction joints are smooth, free from sharp deviations, projections or edges.
1.3.15
Spalling from the face of concrete :
Occasionally, spalling may occur from the face of concrete when forms are removed. This is often
caused by rough spots on the forms where mortar adheres strongly enough to overcome the tensile
strength of green concrete. Such areas on the forms must be cleaned, polished and the covered
with form oil by the contractor. Wire brushing of timber forms shall be done very carefully to remove
the set-mortar.
1.3.16
Filling of Bolt Holes
(she – Bolts ) or Holes of ties / Rods. The holes left in the concrete surfaces by the She – bolts or
rods etc. shall be duly reamed, cleared, cleaned and filled with – “dry pack mortar” by the
Contractor within a reasonable period of the removal of formwork. Such filling shall be made flush
with the concrete surface. No holes shall be left without the dry-pack mortar filling.
1.3.17
Inspection of Forms :
The Contractor shall inform the Engineer-in-charge well in time (well before commencement of
placement of concrete in the forms) to enable him or his representative to inspect the formwork as
to its adequacy, suitability, alignment, strength and overall fitness. However, such inspection shall
not relieve/ absolve the Contractor of his SOLE RESPONSIBILITY for the proper formwork, and
safety of men, materials, equipment and the consequent results / consequences.
1.3.18
Transporting and Pouring of Concrete :
No mixing of concrete shall be started unless the situation where they are to be poured are
prepared and kept ready. Concrete shall be poured immediately on preparation. Transporting of
concrete shall be done as speedily as possible and also in a manner to prevent segregation of
aggregates. No retempered concrete shall be allowed to be used on the works. No concrete shall
be allowed to fall from a height more than 1.2o Mt. Where the concrete to be placed at more depth it
should be done through chute as directed by Engineer-in-charge.
Lift of concreting shall normally be not greater than 2.00 m in height.
Before fresh concrete is placed against an already cast and hardened section, such surfaces shall
be roughened, swept clean, moistened with water and treated with cement slurry. Fresh concrete
shall then be poured as required. Under no circumstances, concrete mixed for more than 20
minutes shall be used where initial setting has commenced. Dewatering of excavations for
concreting where necessary shall be carried out by the contractor as directed and the rates quoted
by the contractor are deemed to be inclusive of such dewatering. No concreting shall be done in
adverse weather condition without proper precautions or approval from Engineer-in-charge. No
hand-mixing of concrete shall be allowed. In an exceptional / unavoidable circumstance, it shall be
allowed under the specific approval of Engineer-in-charge and that too for a small or restricted
quantity only , and in such a situation, 10% more cement shall be used than that used when
concrete ingredients are machine mixed.
1.3.19
Consolidation and processing of Concrete :
Concrete for all works shall be compacted by means of suitable vibrating equipment. Spare
vibrators needles which are in complete working condition shall always be kept ready at sites to be
put into commission incase of failure of the vibrators or needles under use. The vibrators shall be
operated by skilled personnel, thoroughly instructed as regards the mode, frequency, duration etc.
regarding vibration.
1.3.20
Finish to concrete surfaces :
Finish to concrete surfaces at various situations shall be as per directions of engineer-in-charge.
where form finish is specified, the final surface shall be smooth and even and no-undulations,
ridges, spots etc. shall be permitted. They shall be laid to pattern as directed. In case surfaces
intended and directed for form finish, exhibit any of the defects above mentioned, the surfaces shall
be rubbed with carborundum and finished as directed at the risk and cost of the contractor. The
decision as to the acceptability or otherwise of a surface will be notified by engineer-in-charge and
the contractor will implement the instructions accordingly. The honey-combed concrete shall be
meticulously rectified to the full satisfaction of the engineer-in-charge.
1.3.21
Concrete Cover for Reinforcement :
Where not specifically indicated in the drawings, concrete cover for reinforcement shall be as per
the latest Indian Standards and as per directions at site from time to time. Proper concrete cover
blocks to suite various covers as required shall be provided in adequate numbers sufficiently ahead
of the work.
In respect of the nominal cover to all steel reinforcements including links., it should not be less than
the following to meet the durability requirement ( as per IS 456:2000) :Exposure Environment
Exposure classification
Nominal concrete cover in
mm not less than
Concrete surfaces sheltered from
saturated air in coastal areas
Moderate
30
Concrete exposed
environment
Severe
45
Very Severe
50
to
coastal
Concrete exposed to sea water
spray / or in contact with
aggressive soils / water.
The actual cover should not deviate from the required nominal cover by +10mm and -0mm.
1.3.22
Construction Joints :
Construction joints in concrete work shall be provided as far as possible only at predetermined
places in consultation with Engineer- in-charge. Joints shall be provided as specified in latest Indian
standards or as directed by Engineer-in-charge.
1.3.23
Curing :
It is very important that all cement concrete work shall be cured properly. All concrete work shall be
kept continuously in a damp or wet condition by pouring or by covering with a layer of moist sack,
canvas, hession or similar material for a minimum period of 14 days from the date of concreting as
per IS 456, prolonged curing beyond even 14 days shall be desirable (viz keeping the concrete
continuously wet). Since the Water –cement ratio of concrete shall be low (0.45 for RCC M30 grade
concrete & 0.5 for M20 grade concrete as per IS 456:2000 Table 5), it is all the more important to
ensure prevent of moisture loss from the concrete through fool-proof and prolonged curing. Water
used for curing shall also be free from any deleterious substances and shall generally be fit for
drinking. The work shall be adequately protected from drying, winds and direct sun rays. The
contractor should arrange at his own cost a temporary water supply line with provision of suitable
lines, pump etc. for curing and constructional purpose to reach all heights.
The contractor shall not be allowed to commence the work of concrete placement until he makes all
the curing arrangements to the full satisfaction of the engineer-in-charge (viz. water tanks, pumps,
delivery lines, spray nozzles etc. as well as the requisite crew earmarked specifically for
undertaking curing). Payment for the concrete placed shall be made only after its specified curing
has been done to the full satisfaction of the engineer-in-charge.
1.3.24
Membrane Curing :
Curring constitutes one of the most vital requirement for the strength & durability of concrete. Any
slackness in curing or doing inadequate curring will adversely affect the durability of concrete. Foolproof curring by the contractor is, therefore, a “must”. In case the Engineer-in-charse finds that the
moist curring(viz water curring) by the contractor is not being efficiently done (particularly on the
under sides of slabs & beams etc.), he shall direct him to resort to the curring by membrane forming
“curring compound”. The curing compound should be white pigmented of approved quality
conforming to ASTM-C-309-81 Type-2. This should meet the requirement of water retention test as
per ASTM designation C-158-80. Loss of water in this test for acceptable curing compound should
not be more than 0.55kg/m2 of exposed surface in 72 hours . The curing compound should also
meet the day light reflectance test . Curing compound is to be sprayed with a nozzle . It should be
applied as soon as the bleeding water disappears ,leaving a dull appearance. This is when there is
no free moisture on the surface. If applied too early, the free moisture will prevent the compound
from forming a moisture-proof film. If applied too late, some of the moisture will have already been
lost that should have been retained for the hydration process. Proper time range will vary from
about 30minutes to 2 hours after placement of concrete depending upon humidity and
temperature.Uniform coverage of curing compound on the concrete surface is very important and,
accordingly, it should be mechanically sprayed with a nozzle. The dosage of curing compound
sprayed on the concrete surface should normally be not more than 1litre for about 3.75m 2 ( sq m)
concrete surface area. The contractor shall be allowed to use the curing compound only upon his
furnishing its test reports in respect of the water retention tests & day light reflectance test. The
Engineer may also get the curing compound tested in a reputed laboratory for its suitability.
Payment for the concrete placed shall be made only after the completion of proper application of
membrane-forming curing compound.
1.3.25
Opening and inserts :
All opening and inserts which are designated in due time or as required for services, will be exactly
provided by the contractor including supply of materials. The contractor should also fix the anchors
or such items which maybe supplied by the proprietor in exact position and in perfect lines and
levels, inserts apply to such items as timber, dowels, bolts, loop, brackets, suspension, irons,
hooks , screws, plates, pipe, pipe of various types and diameter etc. Openings in concrete or
masonry must be provided in exact location, to correct shape, size and depth or slightly bigger, as
shown in drawings or as instructed. It must be clearly understood that provisions of inserts and
openings as contemplated in this contract are to be carried out with “utmost precision” and any
deviation of the same from that as shown in drawing or instructed have to be rectified by the
contractor at his own cost and responsibility. The contractor should make provision of openings to
deep beams and their members at bottom or at lower level as necessary for cleaning purpose prior
to concreting.
1.3.26
Steel reinforcement:
All reinforcement for concrete work shall be corrosion resistance steel (CRS 42) and conforming
strictly to the latest Indian Standards. They shall be of tested quality. Reinforcement shall be
fabricated to shapes and dimensions shown on the drawing and shall be placed where indicated on
the drawings or required to carry out the intent of drawing and specifications or as directed by
Engineer in charge. Before placing, reinforcement shall be thoroughly cleaned of loose rust, coating
etc. which would result in reducing or destroying the bond. Oiling the bars to clean them is strictly
prohibited. Bending, straightening, cutting etc. operations shall be carried out in a manner not
injurious to the material. Assembly of reinforcement, placing of reinforcement, Tolerance for Cover,
welding of joints etc. shall generally conform to the Indian Standard specifications. IS 456.
1.3.27 Placing of Reinforcement.
Before the reinforcement is placed, the surfaces of bars and the surfaces of any metal bar supports
shall be cleaned of all rust, loose mill scale, dirt grease and any other objectionable matter.
(ii)
All reinforcement bars shall be accurately placed in exact position shown in drawings
and shall be securely held in position during placement of concrete by annealed binding
wire, and by using stays, blocks, metal chairs, spacers or other approved devices at
sufficiently close intervals (less than 1 m interval) so that the bars do not sag.
(iii)
Wire for binding reinforcement shall be soft and of annealed mild steel of 16 SWG and
shall conform to IS 280
(iv)
The bars shall not be allowed to sag between the supports and also not allowed to be
displaced during concrete placement. Also, the contractor has to ensure that no
disturbance is caused to the reinforcement bars already placed in concrete.
(v)
All devices used for positioning of bars shall be of non-corrodible material. Metal
supports shall not extend to the surface of concrete except where shown in the
drawings. Pieces of broken stone or brick or wooden block shall not be used.
(vi)
The contractor must ensure that the CONCRETE COVER AS SPECIFIED IS
METICULOUSLY PROVIDED.
All bars protruding from concrete and to which other bars are to be spliced, and
which are likely to be exposed for a long period. SHALL BE PROTECTED BYA THICK
COAT OF NEAT CEMENT GROUT.
(vii)
Reinforcing bars of 25 mm in diameter and less may be either lapped or but welded
whichever is considered more practical by the Engineer.
(viii)
Reinforcing bars of 28 mm in diameter and larger may be connected by butt welding
provided that the lapped devices will be permitted if found to be more practical than butt
welding and furthermore that the lapping does not encroach on cover limitation or hinder
concrete or reinforcement placement. Electric are welding shall, preferably, be used.
(ix)
Tolerance for Cover. Unless specified otherwise, actual concrete cover should not
deviate from the required /specified nominal cover by + 10 mm.
All reinforcement shall be bent cold. Unless otherwise directed, reinforcement
shall not be spliced at points of maximum stresses. Engineer in charge shall be
informed of the same before such splicing is taken up. Laps and splicing shall conform
to the latest Indian Standards.
Reinforcement shall be accurately tied at all intersections and laps with 16 SWG
soft drawn binding wire, such that the reinforcement will give a rigid structure. Binding
wire will not be measured or accounted for separately. The contractor’s rate for
reinforcement will be measured and paid for according to bending lists without
allowances for cutting, wastage, binding wire etc. authorised laps, hooks, chairs,
spacers etc. shall however be accounted for in case, the contractor or engineer desires
to resort to welding or swivel nuts, there shall however be made as if the laps have been
provided and no extra claim whatsoever shall be admissible on this account
Reinforcement shall be assembled in place with proper concrete cover blocks to
suite various covers as required.
1.3.28 Measurements:
All measurements shall be as given below or where not given as per latest IS : 1200.
Concrete will be compensated for according to its actual volume.
The computation will be based upon the construction plans only and no site
measurements shall be taken for this purpose. All incidental work stated in the Technical
specifications and also dewatering at the time of concreting are deemed to have been included
for in the unit prices quoted by the contractor. Opening with an area larger than 0.1sqm shall be
deducted from concrete quantity and where openings are smaller, these shall not be deducted.
Form work will be measured and paid for according to their contact area. The unit prices
of the forms incorporates all scaffolds, nails, clamps, and all incidental work. Openings with an
area larger than 2m2 shall be deducted from work quantities and the form work required for
sides of such openings shall be paid for. Openings of less than 1 m 2 area shall not be deducted
from work quantities and no allowance for from work for sides of such openings shall be made.
Reinforcement steel will be compensated for according to the approved bending lists
without allowances for cutting, rolling margin and waste. Binding wire, cover blocks etc. will not
be measured or paid for separately. The contractor shall prepare the Bar Bending Schedules
and incorporate the same on the reinforcement drawings as directed and submit it to engineer
in charge for approval.
All openings and inserts which are indicated in drawings and as per requirements for
services shall be provided at exact positions and no payments shall be made for providing or
fixing these. Only such openings or inserts which have not been indicated earlier or such
additional openings / inserts required specially due to changes made by engineer in charge
shall be paid for. Excepting for the above, all other measurements shall be as per stipulations
under the latest Indian Standards Mode of Measurements for Building works.
Information on cement concrete
Sl.
Information
No.
1.
Type of Mix
Item No.1 of
BOQ
Item No.4
of BOQ
Item No.5
of BOQ
Item
No.6
BOQ
Design Mix
Design
mix
Design mix
Design
mix
Nominal
mix
(Design mix or nominal
mix)
of
Item No.22
of BOQ
2.
Grade designation
M30
M15
M20
M30
M20
3.
Type of cement
Slag cement
(I.S : 455 )
Slag
cement
(I.S
:
455)
Slag
cement
(I.S : 455 )
Slag
cement
(I.S
:
455 )
Slag
cement
(I.S : 455 )
4.
Maximum nominal size of
aggregates (mm)
20
20
20
20
12
5.
Minimum
320
-
250
320
-
cement
content(kg) / m3 of cement
(for design mix content)
6.
Maximum water cement
ratio ( for design mix
concrete)
0.45
-
0.50
0.45
-
7.
Maximum quantity of water
for 50 Kg. Of cement
(Nominal mix)
-
-
32
-
32
8.
Workability
100 to 150
(water-free
unlined holes)
150 to 200
(for
concreting by
tremie)
75 to 100
50-75
25-75
-
Severe
Severe
Severe
Severe
Severe
(slump in mm)
9.
Exposure condition
1.4
Under reamed Piles : [Deleted]
1.5
MASONRY
1.5.1 Materials:
i. Brick:
(a) All bricks shall be table moulded, burnt bricks of required class & quality. They shall be hard sound
and well burnt with sharp edges and of uniform sizes & shapes. Bricks shall be a neither under burnt
nor over burnt and shall be free from cracks, stone floats, or other such defects.
(b) When immersed in water for 24 hours, a brick shall not absorb more water than 20% of its dry
weight. All bricks shall be identical / equal to samples submitted and approved by Engineer-incharge before the commencement of the work. Crushing strength of the class bricks shall not be
less than 75kg. / cm2. Metallic sound of brick is also a criteria for the above class and quality.
ii. Sand
IS gradation of sand for masonry and plastering work should be as follows:
The sand shall be well graded so as to impart good workability and good finishing. The gradation
requirement of sand shall be as follows:
1.
Sand for masonry work( As per IS 2116)
Sl.
IS Sieve size
Percentage of passing by weight
1.
4.785 mm
100
2.
2.36 mm
90-100
3.
1.18 mm
70-100
4.
600 microns
40-100
5.
300 microns
5-70
6.
150 microns
0-15
No.
2.
Sand for Plastering (As per IS 1542)
Sl.
IS Sieve size
Percentage of passing by weight
1.
10 mm
100
2.
4.75 mm
95-100
3.
2.36 mm
95-100
No.
4.
1.18 mm
90-100
5.
600 microns
80-100
6.
300 microns
20-65
7.
150 microns
0-50
iii. Cement: As described under clause 1.3.2 of technical specification
ii.
Additives :
Additives, like integral water proofing compounds, shall be of the approved type from
reputed manufacturers. These shall be used strictly in accordance with the manufacture’s
instructions/ specifications. The additives shall confirm to IS 9103.
1.5.2 Samples:
When demanded by engineer-in-charge, the contractor shall produce samples of materials /
carryout samples of work for Engineer-in-charge. All materials used as also works carried out
shall conform to the quality of approved samples Production of these samples shall be at
contractors cost.
1.5.3 Brick masonry:
Brick shall be soaked in clear water for at least six hours in a vat before use. The average
water absorption of brick after immersion in water shall not be more than 20 % by weight.
Bricks shall be laid in English bond unless specified otherwise. No half or quarter brick shall
be used except as closures. Bricks shall be accurately raised to plumb.
Brick work shall be raised uniform all round and no part shall be raised more than 1 meter
above another at any time. And the work shall be properly toothed and racked back.
In case of 12.5 cm thick brick walls, hoop iron reinforcement 25mm x 12 to 16 gauge or wire
netting reinforcement shall be provided in every fourth course. The reinforcement shall be
properly bedded in mortar, properly lagged etc. all as directed.
The contractor will have to build in holdfast and such other fittings in brick work without extra
cost.
Joints in brick work shall not be more than 10 mm thick. Brick work shall not be raised more
than 10 to 12 courses a day. The work shall be kept watered thrice a day for 10 days and
afterwards twice a day for 3 weeks. All joints shall be thoroughly flushed with mortar at every
course. Care shall be taken to see that bricks are properly bedded and all vertical joints
completely filled to the full depth. The joining of brick work shall be hauled out to a depth not
less than 10 mm as the work proceeds. The surface of brick work shall be cleaned down and
watered properly before the mortar sets.
Construction joints are to be provided at an interval of 30m in case of boundary wall or where
the length of brick wall is long.
The contractor shall also make or leave holes recesses as required and fill in the same at a
later date with lean concrete of m.5 as directed with no extra cost.
“FALG” bricks of proper size & quality as approved by engineer-in-charge can be used in
walls in place of clay bricks. Hollow concrete blocks of approved size, strength& quality can
also be allowed to be used in masonry as approved by engineer-in-charge at site in place of
clay bricks.
1.5.4 Measurements:
i. General
All the rates quoted by the contactor shall be for a fully finished item of work and shall include for all
material, labour, miscellaneous works like storage, loading / unloading, scaffolding, hoisting gear
etc. and also all taxes, duties, overhead, profits, etc.
ii. Masonry
Accounts on masonry shall be settled on the basis of cubic meters or square meters as indicated in
the bill of quantities. Quantities will be decided on the basis of pertinent plants. Openings and
recesses which exceeds 0.10 cum will be deducted from the quantities. Openings left initially on
specific instructions or as required shall be closed at a later date, if so instructed by Engineer-incharge, at no extra cost. Similarly, all openings, recesses, grooves etc, shall be provided at no extra
cost. All materials supplied by clients shall be fixed in masonry free of charge.
1.6
Wood work and joinery:
1.6.1 Timber:
i.
Unless otherwise specified all timber for frames of door, windows & ventilators should be
best quality sal wood. The timber should be free from knots, shakes, fissure, flaws, subcracks & other defects. The surface shall be smooth & free from blemishes & discolorations.
ii.
All timber for carpentry and joinery in touch with masonry or concrete shall be painted with
wood preservative before fixing.
iii.
All fully fabricated timber shall be seasoned and chemically treated. The preparation of
timber for joinery is to commence simultaneously with the beginning of the project work
generally and should proceed continuously until all the wood work is prepared and fixed /
stacked on/ near the site as the case may be.
1.6.2 Workmanship and Construction:
a)
The workmanship shall be first class and to the approval of the Engineer-in-charge.
Scantling and boardings shall be accurately sawn and shall be of required width and
thickness. All carpenters work shall be wrought except where other wise described. The
workmanship and joinery shall be accurately set out in strict accordance with the drawing
and shall be framed together and securely fixed in approved manner and with properly
made joints. All work is to be properly made joints. All work is to be properly tenoned,
shouldered wedged, pinned, braded etc. and properly glued with approved quality
adhesive to the satisfaction of the Engineer-in-charge. Door / window frames shall have
cut rebates. Planted rebated shall not be permitted. Where door frames are fixed flush
with plaster to walls, wooden cover mould of 40mm x 12 mm to be provided.
b)
Doors, windows Frames :
c)
The specification for frames of doors, windows, ventilators and clear story windows are
described here. The frames shall wrought, framed and fixed in position as per detailed
drawing and as directed by the engineer in charge. Specified timber shall be used, and it
shall be sawn in the direction of the grains. Sawing shall be truly straight and squre. The
scanting shall be planed smooth and accurate to the full dimensions, rebates, rounding
and mouldings as shown in the drawings made, before assembling. Patching or plugging
of any kind shall not be permitted except as provided. A tolerance of 2 / 3 mm shall be
allowed in the finished cross section dimensions of door and windows frames.
d)
Joints :
e)
These shall be of mortise and tenon type, simple, neat and strong. Mortise and tenon
joints shall fit in fully and accurately with out wedging or filling. The joints shall be glued,
framed, put together and planned with hard wood or bamboo pins not less than 10 mm
diameter after the frames are put together in position by means of a press.
f)
Glueing of joints :
g)
The contact surface of tenon and mortise joints shall be treated before putting together
with synthetic resin adhesive of make, approved by the engineer.
h)
Fixing in Position :
i)
Before the frames are fixed in position, these shall be inspected and passed by the
engineer. The frame shall be placed in proper position and secured to walls or columns as
the case maybe with metallic fastener, iron hold fasts as per direction of the Engineer-incharge.
j)
Incase of door frames without sills the vertical members shall be embedded in the flooring
to its full depth. When sills are provided,. these sills shall be embedded and sunk in the
floor to its full depth. The door frames without sills while being placed in position, shall be
suitably strutted and wedged in order to prevent warping during construction. the frames
shall also be protected from damage, during construction.
1.6.4 Measurement:
Wood work wrought and framed shall be measured for finished dimensions. No allowance shall be
made for wastage and for dimensions supplied beyond those specified. Length of each peace shall be
measured over all nearest to one cm, so as to include projections for tenons, scarps or meters, width or
thickness shall be measured to the nearest mm.
In case of moldings, rounding, rebates, circular and varying section, the sectional area of the piece shall
be taken as the area of the least square of the rectangle from which such a section can be cut.
Rate:
The rate is to include the cost of all materials required and labour involved in all the operations,
described above.
1.6.5 Paneled Shutter:
a) General :
Solid wood panel for shutters shall be pattered and sized as specified. Where ever possible each
panel shall be in a single width piece. But where two pieces were used, width of each panel should
not be less than 12.5 cm. When made from more than one piece, the pieces shall be jointed with a
continuous tongued and grooved joint and glued together and a reinforced with metal dowels. The
grains of solid panel shall be framed in to grooves to the full depth of the grooves leaving in air
space of 1.5 mm and the faces shall be closely fitted to the sides of the grooves. Moldings to the
edge of panel opening shall be scribed at the joints. Approved sample should be kept at the site
office as per direction of engineer.
b) Joinery work:
Joinery work shall be started immediately, after the commencement of the buildings work. All pieces
shall be accurately cut and planed smooth to the full dimensions without any patching or plugging of
any kind. Rebates rounding and moldings as shown in drawings shall be made before assembling.
The thickness of styles and rails shall be as specified for the shutters. All members of the door
shutters shall be straight without any warp or bow and shall have smooth, well planed faces at right
angles to each other. The corners and edges of planed faces should be at right angles to each
other. The corners and edges of panels shall be finished as shown in drawings, and these shall
have mitered joints with the styles. Styles and rails shall be properly and accurately mortised and
tenoned. Rails which are more than 180 mm in width shall have two tenons. Styles and end rails of
shutters shall be made out of one piece only. The tenons shall pass through styles of at least 3/4 th
of the width of the style. When assembling a leaf, styles shall be left projecting as a horn. The styles
and rails shall have 12 mm grove in paneled portion for the panel to fit in.
The depth of rebate in frames for hosing the shutters shall in all cases be 1.25 mm and the rebate in
shutters for closing in double shutter doors or windows shall not be less than 2 cm in the case of
double leafed shutters, the meeting of the styles shall be rebated 20 mm. The rebate shall be
splayed.
The joinery work shall be assembled and passed by the Engineer-in-charge and then the joints shall
be pressed, and secured by bamboo pins of about 6 mm diameter. The horns of styles shall be
sawn off.
c) Tolerance:
The finished work with a tolerance of + 1 mm in thickness + 2/3 mm in width of styles and rails shall
be accepted.
d) Grounding of joints:
The contact surface of tenon and mortis joints shall be treated before putting together with bulk type
synthetic resin adhesive of a make approved by the Engineer. Shutters shall not be painted, oiled or
otherwise treated, before these are fixed in position and passed by the Engineer-in-charge.
Mountings and glazing bars shall be stationed to the maximum depth of 25 mm, whichever is less.
Thickness of each tenon shall be approximately one third the finished thickness of the members
and the width of each tenon shall not exceed five times its thickness.
e) Beading:
Timber, plywood, hard board and particle board panels, shall be fixed only width grooves but
additional beading may not be provided either on one side or on both sides. In so far as glass is
concerned, beading shall always be provided without grooves. Where beading is provided without
grooves, the beading shall be only one side, the other side being supported by rebate from the
styles. For external doors and windows beading shall be fixed on the outside.
f) Fittings:
Details of fittings to be provided as per the schedule of fittings.
1.6.6 Measurements:
Length and width of the shutters shall be measured to the nearest cm in closed position covering
the rebates of the frame but excluding the gap between the shutter and the frame. Overlap of two
shutters shall not be measured. All work shall be measured net as fixed.
No extra payment shall be made for shape joints etc.
1.6.7 Rate:
It includes the cost of all materials and labour involved in all the operations described above.
1.6.8
PVC Door Frame:
PVC Door Frame shall be made out of PVC section in an overall size of 40 mm x 58 mm having
multi chamber cross section with a minimum wall thickness of 2.5 mm + 0.3 mm to miter cut at the
corner and welded. The frame shall be reinforced with steel or other appropriate materials as per
requirement.
1.7
CEMENT PLASTERING (Internal & External):
The cement plaster shall be 8 mm, 12mm or 20mm or any thickness as specified in the item.
i. Scaffolding:
For all exposed brick work or tile work, double scaffolding having two sets of vertical supports shall
be provided. The supports shall be sound and strong, tied together with horizontal pieces over
which scaffolding planks shall be fixed. For all other brick work in buildings, single scaffolding shall
be permitted. In such cases the inner end of the horizontal scaffolding pole shall rest in a hole
provided only in the header course for the purpose. Only one header for each pole shall be left out.
Such holes for scaffolding shall, however, not be allowed in pillars / columns less than one meter
width or immediately near the skew portion of arches. The holes left in masonry works for
scaffolding purposes shall be filled with lean concrete and made good before plastering.
ii. Preparation of surface:
The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence if
any shall be removed by brushing and scarping. The surface shall then the thoroughly washed with
water, cleaned and kept wet before plastering is commenced.
In case of concrete surface if a chemical retarder has been applied to the formwork, the surface
shall be roughened by wire brushing and all the resulting dust and loose particles cleaned off and
care shall be taken that none of the retarders is left on the surface.
iii. Application of Plaster:
Ceiling plaster shall be completed before commencement of wall plaster.
Plastering shall be started from the top and worked down towards the floor. All scaffolding pole
holes shall be properly filled in advance of plastering as the scaffolding is being taken down. To
ensure even thickness and true surface, plaster about 15 cm x 15 cm shall be first applied,
horizontally and vertically at not more than 2m. intervals over the entire surface to serve as gauges.
The surfaces of these gauged areas shall be truly on the plane of the finished plaster surface. The
mortar shall then be laid on the wall, between the gauges with trowel. The mortar shall be applied in
a uniform surface slightly more than the specified thickness. This shall be beaten with thin strips of
bamboo about 1 meter long to ensure thorough filling of the joints, and then brought to a true
surface, by working a wooden straight edge reaching across the gauges, with small upward and
side ways movements at a time. Primarily the surface shall be finished off true with trowel or
wooden float according as a smooth or a sandy granular texture is required. Excessive trowel in or
over working the float shall be avoided. During this process, a solution of like putty shall be applied
on the surface to make the later workable.
All corners, angles and junctions shall be truly vertical or horizontal as the case may be and shall be
carefully finished. Rounding or chamfering corners, junctions etc. where required shall be done with
out any extra payment. Such rounding or chamfering shall be carried out with proper templates to
the sizes required.
In suspending work at the end of the day, the plasters shall be left out clean to line both horizontally
and vertically, when recommencing the plastering, the edge of the old work shall be scraped
cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to enable the two
to properly joint together. Plastering work shall be closed at the end of the day on the body of wall
and not nearer than 15 cm to any corners. Its shall not be closed on the body of the features such
as plasters bands and cornices nor at the corners. Horizontal joints in plasterwork shall not also
occur on the parapet tops and copings as these invariable lead to leakage.
No portion of the surface shall be left out initially to be patched up later on.
Finish:
The plaster shall be finished to a true and plumb surface and to the proper degree of
smoothness as required. The works shall be tested frequently as the work proceeds with a true
straight edge not less than 2.5.m long and with plumb bobs. All horizontal lines and surfaces
shall be tested with a level and all jambs with a plumb bob as the work proceeds.
iv. Thickness:
The thickness of the plaster specified shall be measured exclusive of the thickness of the key
i.e. grooves or open joints in brickwork. The average thickness of plaster shall not be less than
the specified thickness. The minimum thickness of any portion of the surface shall not be less
than the specified thickness by more than 3mm. The average thickness should be regulated at
the time of plastering by keeping suitable thickness of the gauges. Extra thickness required in
dubbing behind rounding of corners at junctions of wall or in plastering of masonry cornices etc.
will be ignored.
Curing shall be started 24 hrs after finishing the plaster. The plaster shall be kept wet for a
period of 7 days. During this period it shall be suitably protected from all damages at the
contractor’s expense by such means as the engineer may approve. The dates on which
plastering is done shall be legibly marked on the various section plastered so that curing for the
specified period thereafter can be watched.
Any cracks which appear in the surface and all portions, which sounds hollow when tapped or
are found to be soft or other wise defective, shall be cut out in rectangular shape and re done as
directed by the Engineer-in-charge.
1.8
CEMENT PLASTER WITH A FLOATING COAT OF NEAT CEMENT:
The cement plaster shall be 8mm, 12mm or 20mm 16 mm thick, finished with a floating coat of
neat cement, as described in the item.
When the plaster has been brought to a true surface with the wooden straight edge, It shall be
uniformly treated over its entire area with a paste of neat cement and rubbed smooth, so that
the whole surface is covered with neat cement slurry 1.5mm thick while the plaster surface is
still fresh. Smooth finishing shall be completed with trowel immediately and in no case later than
half an hour adding water to the plaster mix.
1.9
CEMENT CONCRETE FLOORING:
1.9.1
Cement Concrete:
i.
General:
Cement concrete of specified mix shall be used and it shall generally conform to the
specifications described in plain concrete.
ii.
Sub-Grade:
Flooring shall be laid on concrete sub-grade where so provided. The sub-grade shall be
provided with the slopes required for the flooring. Flooring in verandas, kitchens, baths, water
closets and courtyards shall invariably be provided with suitable slope to drain off washing and
rain water.
If the sub-grade consist of concrete, it shall be allowed to set for 7 days and the flooring shall be
laid in the next 3 days.
If the sub-grade is of lean cement concrete, the flooring shall be commenced preferably within
48 hrs of the laying of sub-grade. The surface of the sub-grade shall be roughened with steel
wire brushes without disturbing the concrete. Before laying the flooring the sub-grade shall be
wetted and smeared with a coat of cement slurry at 2 Kg. of cement spread over an area of 1
m2 so as to get a good bond between the sub-grade and concrete floor.
If the cement concrete flooring is to be laid directly on the RCC slab, the surface of RCC slab
shall be cleaned and the laitance shall be removed and a coat of cement slurry at 2 kg of
cement per sqm shall be applied so as to get a good bond between RCC slab and concrete
floor.
Thickness of floor shall be as specified in the description of the item.
iii.
Laying:
Panels:
Flooring of specified thickness shall be laid in the pattern as given in the drawings or as directed
by the engineer. The border shall have metered joints at the corners of the rooms and
intermediate joints shall be in the straight line with the panels. The panel shall be of uniform
size.
The panel shall be bounded by wooden angle iron battens. The battens shall have the same
depth as the concrete flooring. These shall be fixed in position, with their top at proper level,
giving required slopes. The surface of the batten or flats, to come in contract with the concrete
shall be smeared with soap solution or non-sticking oil (form oil or raw linseed oil) before
concreting. The floorings shall butt against the masonry wall, which shall not be plastered.
The concreting shall be done in the manner described in plane cement concrete. The battens
used for shuttering, shall be removed on the next day of the laying of cement concrete. The
ends thus exposed shall be repaired, if damaged, with cement mortar 1:2 ( 1 cement 2 coarse
sand) and allowed to set for minimum period of 24 hour the alternate panels shall then be
cleaned of dust, mortar droppings etc. and concrete laid. While laying concrete, care shall be
taken to see that the edges of the previously laid panels are not damaged and fresh mortar is
not splashed over them. The joints between the panels should come out as fine and straight
lines.
iv.
Finishing:
The finishing of the surface shall follow immediately after the occasion of beating. The surface
shall be left for some time, till moisture disappears from it. Excessive trawling shall be avoided.
Use of dry cement or cement and sand mixture sprinkle on the surface to stiffen the concrete or
absorb excessive moisture shall not be permitted.
Fresh quantity of cement shall be mixed with water to form a thick slurry and spread over of
flooring while the concrete is still green. The cement slurry shall then be properly pressed and
finished smooth.
v.
Curing:
The curing shall be done for a minimum period of ten days. Curing shall not be commenced
until the top layer has hardened. Covering with empty cement gunnies shall be avoided as the
color is likely to be bleached with the remnants of cement matter from the bags.
vi.
Precautions :
Flooring in lavatories and bath rooms shall be laid after fixing of water closets and squatting
pans and flooring traps. Traps shall be plugged, while laying the floors and opened after the
floors are cured and cleaned. Any damage done to S.C.’s squatting pans and floor traps during
the execution of work shall be made good.
The floor shall be protected from any damage during the execution of work.
vii.
Measurements:
Length and breadth shall be measured correct to a cm and its area as laid shall be calculated in
sqm correct to two places of decimal. Length and breadth shall be measured before laying
skirting dado or wall plaster. No deduction shall be made nor any extra paid for any opening in
the floor of area up to 0.10 m2.
viii.
Rate:
The rate shall include the cost of all materials and labour involved in the operations described
above including application of cement slurry on RCC and or on sub-grade including roughening
and cleaning the surface. Nothing extra shall be paid for laying the floor at different levels in the
same room or count yard and rounding of edges of sunk floors.
In case the flooring is laid in alternate panels, it includes the cost of shuttering.
1.9.2
a. Glazed ceramic tile flooring
b. Glazed ceramic tile fixing:
6 mm thick glazed ceramic tiles of approved size and colour upto 2100 mm height from floor
level of approved make confirming to IS : in Dado /Skirting in toilets. Ground Floor fixed in neat
cement slurry after soaking the tiles in water over 12 mm thick cement plaster (1:3) with white
cement pointing in joints, including washing and cleaning with oxalic acid etc. complete.
1.9.3 Kota stone flooring
Kota stone flooring with 25 mm thick kota stone dressed and polished tiles bottom coated with
neat cement slurry and fixing in flooring on 25 mm thick bed of cement mortar (1.3) mix and
joints filled with grey cement slurry, properly leveled, washed, acid cleaned and polished.
1.10
i.
WHITE WASHING
Materials:
White wash shall be prepared from 5 parts of stone lime and 1` part of shell lime . The lime shall
be dissolved in a tub with sufficient quantity of water ( about 4/5 liters / kg.) lime and the shole
thoroughly mixed and stirred until it attains the consistency of thin cream. The wash shall be
taken out in small quantities and strained through a clean course cloth. Clean gum dissolved in
hot water shall then be added in suitable proportion of 2 kg. Per m3. Of lime to prevent the white
wash coming of easily when rubbed. Indigo as necessary shall be mixed as per standard
practice and as per the direction of Engineer-in-charge.
Preparation of Surface.
The surface shall be prepared removing all mortar droppings and foreign matter and thoroughlycleaned with hair or fibre brush or other mean as may be ordered by the Engineer-in-charge to
produce an approved clean and an even surface. All loose pieces and scales shall be scrapped
off and holes racks etc. stopped with mortar to match with the surrounding finish. The matter
should be cured sufficiently.
ii. Application of white wash:
On the surface so prepared, the white wash shall be laid on with a brush, shall be from top
downwards, another from bottom upwards over the first stroke and similarly one stroke from the
right and another from the left over the first brush before it dries. This will form one coat. Each
coat must be allowed to dry and shall be subject to inspection and approval before the next coat
is applied. When dry, the surface shall show no signs of cracking. It shall present a smooth and
uniform finish free from brush marks and it should not come off easily when rubbed with a
finger, minimum 3 coats of white wash shall be applied or as directed by the Engineer-incharge.
No portions in the surface shall be left out initially, to be patched up later on.
For new work, the white washed surface shall present a smooth and uniform finish. Doors,
windows, floors and other articles of furniture etc. shall be protected from being splashed upon.
Splashing and droppings, if any, shall be removed and the surfaces cleaned. Apart from other
factors, mentioned else where in this contract, the rates for white wash shall include for the
following:
a) All labour, materials, equipment required for white washing.
b) Scaffolding including erection and removal.
c) Providing and preparing the white wash
d) Preparing the surface for white wash including the scaffolding.
e) Applying the white wash in three coats minimum if a proper even surface is not obtained to
the satisfaction of the Engineer-in-charge, contractor shall carry out additional coats of white
wash till approval, at contractor’s expense.
1.11
Weather Coat Cement Paint
i. Materials:
Weather coat cement paint of approved brand and manufacturer shall be used. The primer
where used as on new work shall be cement primer suitable for weather coat painting as
described in the item. These shall be of the same manufacturer as cement paint. The paint shall
be diluted with water or any other prescribed thinner in a manner recommended by the
manufacturer. Only sufficient quantity o paint required for day’s work shall be prepared.
The paint and primer shall be brought by the contractor in sealed tins in sufficient quantities at a
time to suffice for a fortnight’s work, and the same shall be kept in the joint custody of the
contractor and the Engineer-in-charge. The empty tins shall not be removed from the site of work,
till this item of work has been completed and passed by the Engineer-in-charge.
ii. Preparation of the Surface:
For new work the surface shall be thoroughly cleaned of dust, old white or colour wash by
washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then
be sand papered to give a smooth and even surface. An unevenness shall be made good by
applying putty, made of plaster of paris mixed with water on the entire surface including filling up
the undulation and then sand papering the same after it is dry.
Pitting in plaster shall be made good with plaster of paris mixed with the colour to be used. The
surface shall then be rubbed down again with a fine grade sand paper and made smooth. A coat
of the distemper shall be applied over the patches. The patched surface shall be allowed to dry
thoroughly before the regular coat of distemper is applied.
iii. Application:
a) Primer Coat –
The Primer coat shall be cement primer, as required in the description of the item.
Note:
If the wall surface plaster has not dried completely cement primer shall be applied before
painting the walls.
For new work, after the primer coat has dried for at least 48 hours, the surface shall be lightly
sand papered to make it smooth for receiving the distemper, taking care not to rub out the
priming coat. All loose particles shall be dusted off after rubbing. One coat of distemper properly
diluted with thinner.
water or other liquid (as stipulated by the manufacturer) shall be applied with brush in horizontal
stokes followed immediately by vertical ones which together constitute one coat.
The subsequent coats shall be applied in the same way. Two or more coats ofweather coat paint
as are found necessary shall be applied over the primer coat to obtain an even shade.
A time interval of at least 24 hours shall be allowed between consecutive coats to permit of the
proper drying of the proceeding coat.
15 cm. Double bristled distemper brushes shall be used. After each day’s work, brushes shall be
thoroughly washed in hot water with soap solution and hung down to dry. Old brushes, which are
dirty and caked with distemper shall not be used on the work.
1.12
CEMENT PRIMER:
1.12.1 General
Cement primer coat is used as a base coat on wall finish of cement, lime or lime cement plaster
surface before oil emulsion distemper paints are applied on them. The cement primer is
composed of a medium and pigment which are resistant to the alkalis present in the cement,
lime or lime cement in well finish and provides a barrier for the protection of subsequent coats of
oil distemper paints.
Primer coat shall be preferably applied by brushing and not by spraying. Hurried priming shall
be avoided particularly on absorbent surface. New plaster patches.
1.12.2 Preparation of the Surface:
The surface shall be thoroughly cleaned of dust, old white or colour wash by washing and
scrubbing. The surface shall then be sand papered to give a smooth and even surface. Any
unevenness shall be made good by applying putty, made of plaster of parties mixed with water
on the entire surface including filling up the undulation and then sand papering the same after it
is dry.
Application:
The cement primer shall be applied with a brush on the clean dry and smooth surface.
Horizontal strokes shall be given first and vertical strokes shall be applied immediately after
wards. This entire operation will constitute on coast. The surface shall be finished as uniformly
as possible leaving no brush marks. It shall be allowed for at least 48 hours, before oil emulsion
paint is applied.
1.13
CEMENT PAINT:
i. Materials:
The cement paint shall be (conforming to IS: 5400) of approved brand and manufacture.
ii. Preparation of Surface:
For new work, the surface shall be thoroughly cleaned of all mortar dropping, dirt, dust, leaned
of all dirt, dust, algae, oil etc. by brushing and washing. Pitting in plaster shall be made good
and a coat of waterproof cement paint shall be applied over patches after wetting them
thoroughly.
iii. Preparation of Mix:
weather coat paint shall be mixed in such quantities as can be used up within an hour of its
mixing as other wise the mixture will set and thicken, affecting flow and finish.
Weather coat paint shall be mixed with water in two stages. The first stage shall comprise of 2
parts of cement paint and one part of water stirred thoroughly and allowed to stand for 5 minutes.
Care shall be taken to add the cement paint gradually to the water and not vice versa. The second
stage shall comprise of adding further one part of water to the mix and stirring thoroughly to obtain
a liquid of workable and uniform consistency. In all cases the manufacturers instructions shall be
followed meticulously.
The lids of cement paint drums shall be kept tightly closed when not in use, as by exposure to
atmosphere the cement paint rapidly becomes air set due to its hydroscopic quality.
Iv. Application:
The solution shall be applied on the clean and wetted surface with brushes or spraying machine.
The solution shall be kept well stirred during the period of application. It shall be applied on the
surface, which is on the shady side of the building so that the direct heat of the sun on the surface
is avoided. The method of application of cement paint shall be as per manufactures specification.
The completed surface shall be watered after the day’s work.
The second coat shall be applied after the first coat has been set for at least 24 hours. Before
application of the second or subsequent coats, the surface of the previous coat shall not be
wetted.
For new work, the surface shall be treated with three or more coats of waterproof cement paint as
found necessary to get a uniform shade.
Water cement paint shall not be applied on surface already treated with white wash, colour wash,
distemper dry or oil bound, varnishes, paints etc. It shall not be applied on gypsum, wood and
metal surface.
Weather Coat Cement Painting to outside walls
1.14
PAINTING
i. Materials:
Paints, oil, varnishes etc. of approved brand and manufacturer shall be used ready mixed paint as
received from the manufacturer without any admixture shall be used.
If for any reason thinning is necessary in case of ready mixed paint, the brand of thinner
recommended by the manufacturer or as instructed by the Engineer-in-charge shall be used.
Approved, paints, oil or varnishes shall be brought to the site of work by the Contractor in their
original containers in sealed condition. The material shall be brought in at a time in adequate
quantities to suffice for the whole work or at least a fortnight’s work. The materials shall be kept in
the joint custody of the contractor and the Engineer-in-charge. The empties shall not be removed
from the site work, till the relevant item of work has been completed and permission obtained from
the Engineer-in-charge.
ii. Commencing Work:
Painting shall not be started until the Engineer-in-charge has inspected the items of work to be
painted, satisfied himself about their proper quality and given his approval to commence the
painting work. Painting of external surface should not be done in adverse weather condition like
hail storm and dust storm.
Painting, except the priming coat, shall generally be taken in hand after practically finishing all
other builder’s work.
The rooms should be thoroughly swept out and the entire building cleaned up, at least one day in
advance of the paint work being started.
iii. Preparation of Surface:
The surface shall be thoroughly cleaned and dusted. All rust, dirt scales, smoke and grease
shall be thoroughly removed before painting is started. The prepared surface shall have
received the approval of the Engineer-in-charge after inspection, before painting is commenced.
iv. Application:
Before pouring into small containers for use, the paint shall be thoroughly in its containers,
when applying also the paint shall be continuously stirred in the smaller containers so that its
consistency is kept uniform.
The painting shall be laid on evenly and smoothly by means of crossing and laying off, the later
in the direction of the grain of wood. The crossing and laying off consists of covering the area
over with paint, brushing the surface hard for the first time cover and then brushing alternately in
opposite direction, two or three times and then finally brushing lightly in a direction at right
angles to the same. In this process, no brush mark shall be left after the laying off is finished.
The full process of crossing and laying off with constitute one coat.
The left over paint shall be put back into the stock tins. When not in use, the containers shall be
kept properly closed.
No hair marks from the brush or clogging of paint putties in the corners of panels, angles of
mouldings etc. shall be left on the work.
In painting doors and windows, the putty round the glass panes must also be painted, but care
must be taken to see that no paint stains etc. are left on the glass. Tops of shutters and
surfaces in similar hidden locations shall not be left out in painting.
In painting steel work, special care shall be taken while painting over bolts, nuts, rivets, overlaps
etc.
The additional specifications for primer and other coats of paints shall be as according to the
detailed specifications under the respective headings.
Brush and Containers:
After work, the brushes shall be completely cleaned of paint and linsed oil by rinsing with
turpentine. A brush in which paint has dried up in ruined and shall on no account be used for
painting work. The containers when not in use shall be kept closed and free from air so that
paint does not thicken and also shall be kept safe from dust. When the paint has been used, the
containers shall be washed with turpentine and wiped dry with soft clean cloth. So that they are
clean, and can be used again.
v. Measurements:
The length and breadth shall be measured correct to a cm. The area shall be calculated in sq.
meters (correct to two places of decimal), except otherwise stated, small articles not exceeding
10 sq. decimeters (0.1 Sqm.) of painted surfaces where not in conjunction with similar painted
work shall be enumerated.
Painting up to15 cm in width or in girth and not in conjunction with similar painted work shall be
given in running meters.
1.15
Priming coat on wood, Iron, or plastered surface:
1.15.1 Primer:
The primer for woodwork, ironwork or plastered surface shall be as specified in the description
of the item.
The primer shall be ready mixed primer of approved brand and manufacturer.
i. Preparation of surface.
a) Wooden Surface:
The woodwork to be painted shall be dry and free from moisture.
The surface shall be thoroughly cleaned. All unevenness shall be rubbed down smooth with
sand paper and shall be well dusted Knot, if any shall be covered with preparation of red lead
made by grinding red lead in water and mixing with strong glue sized and used hot. Appropriate
filler material with same shade as paint shall be used where specified.
The surface treated for knotting shall be dry before painting is applied. After the priming coat is
applied the holes and indention on the surface shall be stopped with glazier putty or wood putty
respectively. Stopping shall be not done before the priming coat is applied as the wood will
absorb the oil in the stopping and the later is therefore liable to crack.
All rust and scales shall be removed by scraping with steel wire brushes. Hard skin of oxide
formed on the surface of wrought iron during rolling which becomes loose by rusting, shall be
removed.
All dust and dirt shall be thoroughly wiped away from the surface.
If the surface is wet, it shall be dried before priming coat is undertaken.
b) Plastered Surface:
The surface shall ordinarily not be painted until it has dried completely. Trial patches of primer
shall be laid at intervals and where drying is satisfactorily completed, painting shall then be
taken in hand. Before primer is applied, holes and undulations, shall be filled up with plaster of
paris and rubbed smooth.
ii. Applications:
The primer shall be applied with brushes, worked well into the surface and spread even and
smooth. The painting shall be done by crossing and lying off as described in painting.
All other specifications described under painting shall hold good so far as they are applicable.
1.16
Painting with ready mixed paint:
Ready mixed paints of approved brand and manufacture and of the required shades shall be
used. They shall conform in all respects to the relevant IS specifications.
1.16.1 Painting of New Surface:
a)
Wood Work – The surface shall be cleaned and all unevenness removed as specified in
priming coat on wood, iron & plastered surface, knots if visible, shall be covered with a
preparation of red lead. Holes and indentations on the surface shall be filled in with glazier
putty or wood putty and rubbed smooth before painting is done. The surface should
thoroughly be dry painting.
b)
Iron and Steel work – The priming coat shall have dried up completely before painting is
started. Rust and scaling shall be carefully removed by scraping or by brushing with still
wire brushes. All dust and dirt shall be carefully and thoroughly wiped away.
c)
Plastered Surface- The priming coat shall dried up completely before painting is started.
All dust and dirt that has settled on the priming coat shall be thoroughly wiped away
before painting is started.
The specifications described in painting shall hold good as far as applicable. The number of
coats to be applied will be as stipulated in the item. The painted surface shall present a uniform
appearance and glossy finish, free from streaks, blisters etc.
i. Preparation of surface:
Painting shall be done only when the surface is perfectly dry to permit of good absorption. All
dirt, dist or other foreign matter shall be removed from the surface to be painted. All roughness
shall be sand papered and cleaned.
ii. Application:
The preservative shall be applied liberally with a stout brush and not daubed with rags of cotton
waste. It shall be applied with a pencil brush at the joints of the wood work. The first coat shall
be allowed at least 24 hours to soak in before the second (the final) coat is applied. The second
coat shall be applied in the same manner as the first coat. The excess of preservative, which
does not soak into the wood, shall be wiped off with a clean dry piece of cloth.
1.17
Water Proofing:
Chemical Waterproofing treatment on R.C.C Roof ( IS: 9103-1999)
General :- A selective product for making a cement based polymer modified water proofing
slurry walling is applied to concrete and mortar surface to prevent water in filtration and as
well as dampness.
Uses
: It is used for external & chemical water proofing, hairline cracks sealing and
protection from the chloride in structure as under.
(a ) Terrace and Balconies
(b) Water tanks.
Coverage: Two coats are required. The compound will require 0.8kg/m for two coats. In extreme case 3
coats may required.
Instruction for use:
(a) Surface preparation: Concrete, mortar or masonry surface must be clean and made free from
grease, oil , mud and loosly adhering particles. All surfaces must be on true flat as far as
possible. Surface preparation is essential to achieve high adhere quality.
(b) Mixing : A pre-batched mixture of good quality cement with clean find sand (500micros) should
be prepared with cement & sand in equal proportion by weight. This shall be mixed with polymer
complex in proportion of one part of polymer to four parts of cement sand mixture to form a
slurry. For consistency, the proportion of polymer should be adhered. Mixing shall be done in a
clear container by slowly adding the ponder component to polymer and stirring with a slow
spared mixer. Mixing should be done until the slurry is free from lumps.
(c) Application : Dampen the surface immediately ahead of slurry application, while the surface is
still damp, apply the first coat and leave to harden for 6-12 hours. For slurry consistency apply
with a hard plastic bristled brush and broom. After the second coat has been applied, finish by
rubbing down with a soft dry sponge. For water proofing, slurry should be applied to the rate of
3-4 kg/m for two coats depending on smoothness or roughness of surface.
(d) Curing: Protect the freshly applied slurry against fire or sunlight and strong wind. Use damp
Hessian to aid curing for 3 days.
(e) Grading over the polymer base: Do not leave materials to Hessian before cleaning tools and
equivalent with wall. Left over materials can be removed mechanically. After application of 2
coats or polymer mix with a sand and cement apply a coat of grading plaster with average
thickness of 20mm using mortar 1:4 using 2% compound of approved make and quality in a
continuous manner to protect the water proofing layer.
SECTION 6: DRAWINGS
SECTION 7: BILL OF QUANTITIES
A-
APPROACH PATHWAY (PART A)
Refer Dwg. No.01,02,2A&2D
Sl.
No.
Description of Items
Quantity
Unit
1
Earth work in hard soil or gravelly soil within 50m
initial lead and 1.5m initial lift including rough dressing
and breaking clods to maximum 5cm to 7cm laying in
layers not exceeding 0.3m in depth and depositing the
excavated materials at places away from the work site
with all leads and lifts, T&P for shoring, shuttering,
dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc.
as required for the work complete as directed by the
Engineer-in-charge.
283.00
Cum
159.18
Cum
Earth work in stoney earth and gravels mixed with
stone and boulder not exceeding 0.014cum in volume
within 50m initial lead and 1.5m initial lift including
rough dressing and breaking clods to maximum 5cm to
7cm and laying in layers not exceeding 0.3m in depth
and depositing the excavated materials at places away
from the work site with all leads and lifts, T&P for
shoring, shuttering, dewatering if required etc.
complete as per the drawing, designing including cost
of all labour, T&P etc. as required for the work
complete as directed by the Engineer-in-charge.
53.06
Cum
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers
not exceeding 23 cm. in depth with all lead and lift
including cost, conveyance, loading and unloading,
royalties and taxes of all materials and cost of all
labour, sundries, T&P required for the work etc.
complete in all respect as directed by the Engineer in
charge. (Measurement will be taken on finished
compacted section only)
347.01
Cum
2
3
4
Earth work in ordinary soil with initial lead and lift
including rough dressing and leveling the bed sides up
to required depth and depositing the excavated
materials at places away from the work site with all
leads and lifts, T&P for shoring, shuttering, dewatering
if required etc. complete as per the drawing, designing
including cost of all labour, T&P etc. as required for the
work complete as directed by the Engineer-in-charge.
Rate
Amount
5
Providing and lying plain cement concrete of proportion
(1:3:6) in foundation and floors using Portland slag
cement (PSC) with 4 cm. size black hard crusher
broken granite stone metal of approved quality and
from approved quarry, washed and cleaned including
hoisting,lowering, laying concrete, ramming, watering
and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and
taxes all materials and cost all labours, sundries, T&P
required for the work complete including dewatering if
required as per instruction of the Engineer in charge.
6
7
13.81
Cum
3.36
Cum
51.64
Cum
Providing, lifting, hoisting and laying cement concrete
of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm.
cubes after curing of 28 days after mixing and test
conducted in accordance with I.S. 516 using 10 mm. to
20 mm. size black hard crushed broken granite stone
chips and screened and washed sharp sand for mortar
of approved quality from approved quarry, washed and
cleaned ( 20mm. size chips not to exceeds 25 % ) to
be mixed in concrete mixture with Portland slag
cement (PSC) including hoisting, lowering, laying and
compaction concrete by using vibrators, watering and
curing for 28 days, and finishing the exposed surface
smooth providing grooves or beads wherever
necessary including cost, conveyance, loading,
unloading, royalties and taxes of all materials and cost
of all labours, sundries, T & P required of the work etc.
complete in all respect as directed by the Engineer-inCharge.
Providing, lifting, hoisting and laying reinforced cement
concrete of M-30 grade in following items as per
approved designs and drawings having a minimum
compressive strength (in work test) 300 Kg. / Square
cm. in 15 cm. cubes after curing of 28 days after mixing
and test conducted in accordance with I.S. 516 using
10 mm. to 20 mm. size black hard crushed broken
granite stone chips and screened and washed sharp
sand for mortar of approved quality from approved
quarry, washed and cleaned ( 20mm. size chips not to
exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including hoisting,
lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and
finishing the exposed surface smooth providing
grooves or beads wherever necessary including cost,
conveyance, loading, unloading, royalties and taxes of
all materials and cost of all labours, sundries, T & P
required of the work etc. complete in all respect as
directed by the Engineer-in-Charge.
8
Providing strong, rigid, leveled and plumbed centering
and shuttering to required shape and size for all kinds
of R.C.C. works with steel centering materials with all
necessary bracing, ties and supports with level
centering covered with bituminous paper . as per the
direction of the Engineer-in-charge and dismantling
and removing the shuttering after the required interval
from the date of casting, including cost of all materials
with transportation, taxes, loading and unloading etc.
and all labour, sundries, T&P scaffolding etc. complete.
Perforated Slab
Wall
9
10
11
12
Providing, fixing and placing of Fe-500/ Tor steel
(HYSD) for RCC work in lintel of required diameter of
TATA/SAIL/VIZAG with straightening, Cutting, bending,
binding welding or jointing if necessary, bending,
binding, tying the grills as required for R.C.C. works,
providing fan hooks where necessary and hoisting,
lowering and placing in proper position according to
approved designs and drawings including cost,
conveyance, loading, unloading, taxes of M.S. rods or
Tor steel and binding wires of 18 to 20 gauge required
for the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according
to the actual weight of M.S rod /Tor steel consumed in
the work and no separate payment will be made
towards weight of binding wires which is to be borne by
the contractor at his own cost
118.48
367.55
Sqm
Sqm
44.12
Qntl
228.53
Sqm
111.48
Sqm
33.46
Sqm
Providing 6mm thick cement plaster in all floors at all
height with cement mortar of mix (1:4) to RCC surface
finished smooth including deep chipping and slurry
treatment with screened and washed sharp sand for
mortar and finished smooth to outside smooth surface
of brick masonry walls after racking out the joints
including watering and curing, rounding of corners, etc.
complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost
of all labours, sundries, T&P and scaffolding required
for the work etc. complete in all respect as per
specification and direction of Engineer-in-charge.
Providing cement punning to plastered surface finished
smooth and complete with cost, conveyance, loading
and unloading, royalties and taxes of all materials and
cost of all labours, sundries, T&P and scaffolding
required for the work etc. complete in all respect as per
specification and direction of Engineer-in-charge.
Providing and painting two coats with synthetic enamel
paint of approved quality and approved shade
confirming to ISI to give an even shade including sand
papering and making the surface smooth in all floors at
all height with cost, conveyance, loading, unloading
and taxes of all materials, cost of all labour, sundries,
T& P scaffolding and taxes of all materials, cost of all
labour, sundries, T & P scaffolding etc. required for the
work and complete in all respect as directed by the
Engineer-in-charge.
13
14
15
16
Construction of granular sub-base by providing Close graded
Granular subbase Grading-III material as per table 400-1,
spreading in uniform layers with motor grader on prepared
surface, mixing by mix in place method with rotavator at
OMC, and compacting with vibratory roller to achieve the
desired density complete as per Clause 401 of MoSRT&H
Specifications for Road & Bridge works (4th Revision)
84.9
Cum
42.45
Cum
557.62
Sqm
220
rmt.
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thickness, hand
packing, rolling with 3 wheeled steel/ vibratory roller 8-10
tonnes in stages to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill
up the interstices of coarse aggregate, watering and
compacting to the required density as per clause 404 of
MORTH specification for Road & Bridge works (4th
Revision). Grade-II Using Type-A 13.2mm stone screening
Providing and Fixing Eco-friendly Paver block tile(of
M30 grade of 60mm thk. rubber moulded, unique
designed white cement based, bayer pigmented blocks
with chamfering on the edges having ribs on sides and
cured to natural drying process and having the brand
inscribed on side . The material should be elegible for
LEED certification). in floors treads or steps and
landing over levelled coarse sand to proper slope, line
and level proper fixing at corners and splays etc. as per
the design & drawing with cost of sand all materials,
labour, conveyance, taxes , T&P etc.tested and
approved by the consultant and complete as per the
direction of E-I-C.
Providing and placing of weep hole with 75mm dia
UPVC pipe including cost of all materials, all taxes ,all
labour, all T&P etc. required for the work complete in
all respect as per the direction of the Engineer-incharge
TOTAL (A)
B-
APPROACH PATHWAY (PART A1)
Refer Dwg. No.01,02,2A & 2E
Sl.
No.
Description of Items
1
Earth work in hard soil or gravelly soil within 50m initial
lead and 1.5m initial lift including rough dressing and
breaking clods to maximum 5cm to 7cm laying in layers not
exceeding 0.3m in depth and depositing the excavated
materials at places away from the work site with all leads
and lifts, T&P for shoring, shuttering, dewatering if required
etc. complete as per the drawing, designing including cost of
all labour, T&P etc. as required for the work complete as
directed by the Engineer-in-charge.
Quantity
Unit
520.01
Cum
Rate
Amount
2
3
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required
depth and depositing the excavated materials at places
away from the work site with all leads and lifts, T&P for
shoring, shuttering, dewatering if required etc. complete as
per the drawing, designing including cost of all labour, T&P
etc. as required for the work complete as directed by the
Engineer-in-charge.
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers not
exceeding 23 cm. in depth with all lead and lift including
cost, conveyance, loading and unloading, royalties and
taxes of all materials and cost of all labour, sundries, T&P
required for the work etc. complete in all respect as directed
by the Engineer in charge. (Measurement will be taken on
finished compacted section only)
4
Providing and lying plain cement concrete of proportion
(1:3:6) in foundation and floors using Portland slag cement
(PSC) with 4 cm. size black hard crusher broken granite
stone metal of approved quality and from approved quarry,
washed and cleaned including hoisting,lowering, laying
concrete, ramming, watering and curing etc. complete to
required levels laid in layers not exceeding 15 cm. Thick
including cost, conveyance, loading and unloading, royalties
and taxes all materials and cost all labours, sundries, T&P
required for the work complete including dewatering if
required as per instruction of the Engineer in charge.
5
Providing, lifting, hoisting and laying reinforced cement
concrete of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips
not to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including hoisting, lowering,
laying and compaction concrete by using vibrators, watering
and curing for 28 days, and finishing the exposed surface
smooth providing grooves or beads wherever necessary
including cost, conveyance, loading, unloading, royalties and
taxes of all materials and cost of all labours, sundries, T & P
required of the work etc. complete in all respect as directed
by the Engineer-in-Charge.
6
Providing strong, rigid, leveled and plumbed centering and
shuttering to required shape and size for all kinds of R.C.C.
works with steel centering materials with all necessary
bracing, ties and supports with level centering covered with
bituminous paper . as per the direction of the Engineer-incharge and dismantling and removing the shuttering after
the required interval from the date of casting, including cost
of all materials with transportation, taxes, loading and
unloading etc. and all labour, sundries, T&P scaffolding etc.
complete.
Perforated Slab
Wall
159.18
Cum
370.59
Cum
55.86
Cum
51.64
Cum
111.48
334.44
Sqm
Sqm
7
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings
including cost, conveyance, loading, unloading, taxes of
M.S. rods or Tor steel and binding wires of 18 to 20 gauge
required for the work and cost of all labour, sundries, T & P
and scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to the
actual weight of M.S rod /Tor steel consumed in the work
and no separate payment will be made towards weight of
binding wires which is to be borne by the contractor at his
own cost
8
Random rubble H.G. stone masonry in cement mortar (1:4)
in foundation and plinth of approved quality and from
approved quarry, washed and cleaned including
hoisting,lowering, laying concrete, ramming, watering and
curing etc. complete to required levels including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for the
work complete and as per instruction of the Engineer in
charge.
9
Cement rule pointing including racking out joints (1:3) over Stone
work including cost, conveyance, loading, unloading, royalties, and
taxes of all materials, cost of all labour, sundries, T&P required for
the work including rubbing mechanically and wax polishing etc. in
all floors at all height complete in all respect as directed by the
Engineer-in-charge.
10
Providing and painting two coats with synthetic enamel paint
of approved quality and approved shade confirming to ISI to
give an even shade including sand papering and making the
surface smooth in all floors at all height with cost,
conveyance, loading, unloading and taxes of all materials,
cost of all labour, sundries, T& P scaffolding and taxes of all
materials, cost of all labour, sundries, T & P scaffolding etc.
required for the work and complete in all respect as directed
by the Engineer-in-charge.
Providing and placing of weep hole with 75mm dia UPVC
pipe including cost of all materials, all taxes ,all labour, all
T&P etc. required for the work complete in all respect as per
the direction of the Engineer-in-charge
11
12
44.12
Qntl
145.31
Cum
627.08
Sqm
33.46
Sqm
220.00
rmt.
3.36
Cum
Providing, lifting, hoisting and laying cement concrete of M30 grade in following items as per approved designs and
drawings having a minimum compressive strength (in work
test) 300 Kg. / Square cm. in 15 cm. cubes after curing of 28
days after mixing and test conducted in accordance with I.S.
516 using 10 mm. to 20 mm. size black hard crushed broken
granite stone chips and screened and washed sharp sand
for mortar of approved quality from approved quarry, washed
and cleaned ( 20mm. size chips not to exceeds 25 % ) to be
mixed in concrete mixture with Portland slag cement (PSC)
including hoisting, lowering, laying and compaction concrete
by using vibrators, watering and curing for 28 days, and
finishing the exposed surface smooth providing grooves or
beads wherever necessary including cost, conveyance,
loading, unloading, royalties and taxes of all materials and
cost of all labours, sundries, T & P required of the work etc.
complete in all respect as directed by the Engineer-inCharge.
13
Construction of granular sub-base by providing Close graded
Granular subbase Grading-III material as per table 400-1,
spreading in uniform layers with motor grader on prepared surface,
mixing by mix in place method with rotavator at OMC, and
compacting with vibratory roller to achieve the desired density
complete as per Clause 401 of MoSRT&H Specifications for Road
& Bridge works (4th Revision)
14
Providing, laying, spreading and compacting stone aggregates of
specific sizes to water bound macadam specification including
spreading in uniform thickness, hand packing, rolling with 3
wheeled steel/ vibratory roller 8-10 tonnes in stages to proper
grade and camber, applying and brooming requisite type of
screening/ binding Materials to fill up the interstices of coarse
aggregate, watering and compacting to the required density as per
clause 404 of MORTH specification for Road & Bridge works (4th
Revision). Grade-II Using Type-A 13.2mm stone screening
15
Providing and admixing sand and moorum etc. (70% moorum and
30% sand) complete including cost of all labours and hire charges
of T & P materials required for work as per specification and
direction of Engineer-in- Charge including cost and conveyance of
sand and moorum.
16
17
18
Providing and Fixing Eco-friendly Paver block tile(of M30
grade of 60mm thk. rubber moulded, unique designed white
cement based, bayer pigmented blocks with chamfering on
the edges having ribs on sides and cured to natural drying
process and having the brand inscribed on side . The
material should be elegible for LEED certification). in floors
treads or steps and landing over levelled coarse sand to
proper slope, line and level proper fixing at corners and
splays etc. as per the design & drawing with cost of sand
all materials, labour, conveyance, taxes , T&P etc.tested and
approved by the consultant and complete as per the
direction of E-I-C.
84.90
Cum
42.45
Cum
84.90
Cum
557.62
Sqm
228.53
Sqm
111.48
Sqm
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls
after racking out the joints including watering and curing,
rounding of corners, etc. complete with cost, conveyance,
loading and unloading, royalties and taxes of all materials
and cost of all labours, sundries, T&P and scaffolding
required for the work etc. complete in all respect as per
specification and direction of Engineer-in-charge.
Providing cement punning to plastered surface finished
smooth and complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction
of Engineer-in-charge.
TOTAL (B)
C-
APPROACH PATHWAY (PART B & C)
Refer Dwg. No.01,02,2A,2B&2C
Sl.
No.
Description of Items
Quantity
Unit
Rate
Amount
1
Earth work in hard soil or gravelly soil within 50m initial lead
and 1.5m initial lift including rough dressing and breaking clods
to maximum 5cm to 7cm laying in layers not exceeding 0.3m in
depth and depositing the excavated materials at places away
from the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
2
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required depth
and depositing the excavated materials at places away from
the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
Earth work in stoney earth and gravels mixed with stone
and boulder not exceeding 0.014cum in volume within 50m
initial lead and 1.5m initial lift including rough dressing and
breaking clods to maximum 5cm to 7cm and laying in layers
not exceeding 0.3m in depth and depositing the excavated
materials at places away from the work site with all leads and
lifts, T&P for shoring, shuttering, dewatering if required etc.
complete as per the drawing, designing including cost of all
labour, T&P etc. as required for the work complete as directed
by the Engineer-in-charge.
3
4
5
6
Supplying and filling in foundation trenches and plinth, ditches
with sand well watered and rammed in layers not exceeding 23
cm. in depth with all lead and lift including cost, conveyance,
loading and unloading, royalties and taxes of all materials and
cost of all labour, sundries, T&P required for the work etc.
complete in all respect as directed by the Engineer in charge.
(Measurement will be taken on finished compacted section
only)
Providing and lying plain cement concrete of proportion (1:3:6)
in foundation and floors using Portland slag cement (PSC)
with 4 cm. size black hard crusher broken granite stone metal
of approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost, conveyance,
loading and unloading, royalties and taxes all materials and
cost all labours, sundries, T&P required for the work complete
including dewatering if required as per instruction of the
Engineer in charge.
Providing, lifting, hoisting and laying cement concrete of M-30
grade in following items as per approved designs and drawings
having a minimum compressive strength (in work test) 300 Kg.
/ Square cm. in 15 cm. cubes after curing of 28 days after
mixing and test conducted in accordance with I.S. 516 using 10
mm. to 20 mm. size black hard crushed broken granite stone
chips and screened and washed sharp sand for mortar of
approved quality from approved quarry, washed and cleaned (
20mm. size chips not to exceeds 25 % ) to be mixed in
concrete mixture with Portland slag cement (PSC) including
hoisting, lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and finishing the
exposed surface smooth providing grooves or beads wherever
necessary including cost, conveyance, loading, unloading,
royalties and taxes of all materials and cost of all labours,
sundries, T & P required of the work etc. complete in all
respect as directed by the Engineer-in-Charge.
114.62
Cum
400.60
Cum
26.53
Cum
802.68
Cum
78.96
Cum
129.96
Cum
7
Providing strong, rigid, leveled and plumbed centering and
shuttering to required shape and size for all kinds of R.C.C.
works with steel centering materials with all necessary bracing,
ties and supports with level centering covered with bituminous
paper . as per the direction of the Engineer-in-charge and
dismantling and removing the shuttering after the required
interval from the date of casting, including cost of all materials
with transportation, taxes, loading and unloading etc. and all
labour, sundries, T&P scaffolding etc. complete.
Perforated Slab
280.56
Sqm
Wall
1032.12
Sqm
111.03
Qntl
198.59
Cum
634.04
Sqm
246.28
Sqm
223.05
sqm
220.00
rmt.
8
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or jointing
if necessary, bending, binding, tying the grills as required for
R.C.C. works, providing fan hooks where necessary and
hoisting, lowering and placing in proper position according to
approved designs and drawings including cost, conveyance,
loading, unloading, taxes of M.S. rods or Tor steel and binding
wires of 18 to 20 gauge required for the work and cost of all
labour, sundries, T & P and scaffolding complete in all respect
as directed by the Engineer-in-Charge ( payment will be made
according to the actual weight of M.S rod /Tor steel consumed
in the work and no separate payment will be made towards
weight of binding wires which is to be borne by the contractor
at his own cost
9
Random rubble H.G. stone masonry in cement mortar (1:4) in
foundation and plinth of approved quality and from approved
quarry, washed and cleaned including hoisting,lowering, laying
concrete, ramming, watering and curing etc. complete to
required levels including cost, conveyance, loading and
unloading, royalties and taxes all materials and cost all labours,
sundries, T&P required for the work complete and as per
instruction of the Engineer in charge.
10
Cement rule pointing including racking out joints (1:3) over Stone work
including cost, conveyance, loading, unloading, royalties, and taxes of
all materials, cost of all labour, sundries, T&P required for the work
including rubbing mechanically and wax polishing etc. in all floors at
all height complete in all respect as directed by the Engineer-incharge.
11
Providing and painting two coats with synthetic enamel paint of
approved quality and approved shade confirming to ISI to give
an even shade including sand papering and making the
surface smooth in all floors at all height with cost, conveyance,
loading, unloading and taxes of all materials, cost of all labour,
sundries, T& P scaffolding and taxes of all materials, cost of all
labour, sundries, T & P scaffolding etc. required for the work
and complete in all respect as directed by the Engineer-incharge.
Scarifying the existing bituminous road surface to a depth of 50
mm and disposal of scarified material with in all lifts and lead
upto 1000 metres including cost all labours, sundries, T&P
required for the work complete and as per instruction of the
Engineer in charge.
12
13
Providing and placing of weep hole with 75mm dia UPVC pipe
including cost of all materials, all taxes ,all labour, all T&P etc.
required for the work complete in all respect as per the
direction of the Engineer-in-charge
14
Providing, lifting, hoisting and laying cement concrete of M-30
grade in following items as per approved designs and drawings
having a minimum compressive strength (in work test) 300 Kg.
/ Square cm. in 15 cm. cubes after curing of 28 days after
mixing and test conducted in accordance with I.S. 516 using 10
mm. to 20 mm. size black hard crushed broken granite stone
chips and screened and washed sharp sand for mortar of
approved quality from approved quarry, washed and cleaned (
20mm. size chips not to exceeds 25 % ) to be mixed in
concrete mixture with Portland slag cement (PSC) including
hoisting, lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and finishing the
exposed surface smooth providing grooves or beads wherever
necessary including cost, conveyance, loading, unloading,
royalties and taxes of all materials and cost of all labours,
sundries, T & P required of the work etc. complete in all
respect as directed by the Engineer-in-Charge.
15
Construction of granular sub-base by providing Close graded Granular
subbase Grading-III material as per table 400-1, spreading in uniform
layers with motor grader on prepared surface, mixing by mix in place
method with rotavator at OMC, and compacting with vibratory roller to
achieve the desired density complete as per Clause 401 of MoSRT&H
Specifications for Road & Bridge works (4th Revision)
16
Providing, laying, spreading and compacting stone aggregates of
specific sizes to water bound macadam specification including
spreading in uniform thickness, hand packing, rolling with 3 wheeled
steel/ vibratory roller 8-10 tonnes in stages to proper grade and
camber, applying and brooming requisite type of screening/ binding
Materials to fill up the interstices of coarse aggregate, watering and
compacting to the required density as per clause 404 of MORTH
specification for Road & Bridge works (4th Revision). Grade-II Using
Type-A 13.2mm stone screening
17
Providing and Fixing Eco-friendly Paver block tile(of M30 grade
of 60mm thk. rubber moulded, unique designed white cement
based, bayer pigmented blocks with chamfering on the edges
having ribs on sides and cured to natural drying process and
having the brand inscribed on side . The material should be
elegible for LEED certification). in floors treads or steps and
landing over levelled coarse sand to proper slope, line and
level proper fixing at corners and splays etc. as per the design
& drawing with cost of sand all materials, labour, conveyance,
taxes , T&P etc.tested and approved by the consultant and
complete as per the direction of E-I-C.
18
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls after
racking out the joints including watering and curing, rounding of
corners, etc. complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction of
Engineer-in-charge.
Providing cement punning to plastered surface finished smooth
and complete with cost, conveyance, loading and unloading,
royalties and taxes of all materials and cost of all labours,
sundries, T&P and scaffolding required for the work etc.
complete in all respect as per specification and direction of
Engineer-in-charge.
19
TOTAL (C)
35.90
Cum
213.67
Cum
106.83
Cum
1403.35
Sqm
714.87
Sqm
167.22
Sqm
DSl.
No.
SHIFTING & RECONSTRUCTION OF BOUNDARY WALL
Description of Items
1
Dismantling brick or stone masonry in lime or
cement mortar under 3m height including stacking the
useful materials for reuse and removing the debris
within 50m lead including cost all labours, sundries,
T&P required for the work complete and as per
instruction of the Engineer in charge.
2
Earth work in ordinary soil with initial lead and lift
including rough dressing and leveling the bed sides up
to required depth and depositing the excavated
materials at places away from the work site with all
leads and lifts, T&P for shoring, shuttering, dewatering
if required etc. complete as per the drawing, designing
including cost of all labour, T&P etc. as required for the
work complete as directed by the Engineer-in-charge.
3
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers
not exceeding 23 cm. in depth with all lead and lift
including cost, conveyance, loading and unloading,
royalties and taxes of all materials and cost of all
labour, sundries, T&P required for the work etc.
complete in all respect as directed by the Engineer in
charge. (Measurement will be taken on finished
compacted section only)
Providing and lying plain cement concrete of
proportion (1:3:6) in foundation and floors using
Portland slag cement (PSC) with 4 cm. size black hard
crusher broken granite stone metal of approved quality
and from approved quarry, washed and cleaned
including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels
laid in layers not exceeding 15 cm. Thick including
cost, conveyance, loading and unloading, royalties and
taxes all materials and cost all labours, sundries, T&P
required for the work complete including dewatering if
required as per instruction of the Engineer in charge.
4
5
Providing and laying good quality laterite stone
masonry in cement mortar of mix (1:4) with Portland
slag cement (PSC) in Foundation & plinth with
screened and washed sharp sand for mortar of
approved quality from approved quarry & using black
hard hand broken granite stone free from weathered
skins of approved size, weight and quality from
approved quarry including providing key stones in
regular intervals for each layer including splays cutting,
circular moulding and similar such type of works with
all necessary projections, champering and corbelling,
watering and curing etc. with all cost, conveyance,
royalties, loading & unloading & tax of all materials and
cost of all labour, sundries, T & P required for the work
including hoisting, lowering, dewatering if required etc.
complete in all respect as directed by Engineer-in
charge
Quantity
Unit
32.40
Cum
78.45
Cum
37.93
Cum
11.78
Cum
37.59
Cum
Rate
Amount in
Rs.
6
Providing and laying good quality laterite stone
masonry in cement mortar of mix (1:4) with Portland
slag cement (PSC) in Superstructure with screened
and washed sharp sand for mortar of approved quality
from approved quarry & using black hard hand broken
granite stone free from weathered skins of approved
size, weight and quality from approved quarry
including providing key stones in regular intervals for
each layer including splays cutting, circular moulding
and similar such type of works with all necessary
projections, champering and corbelling, watering and
curing etc. with all cost, conveyance, royalties, loading
& unloading & tax of all materials and cost of all
labour, sundries, T & P required for the work including
hoisting, lowering, dewatering if required etc. complete
in all respect as directed by Engineer-in charge
7
Cement rule pointing including racking out joints (1:3) over
Stone work including cost, conveyance, loading, unloading,
royalties, and taxes of all materials, cost of all labour,
sundries, T&P required for the work including rubbing
mechanically and wax polishing etc. in all floors at all height
complete in all respect as directed by the Engineer-incharge.
8
Providing 20mm thick cement plaster with cement
mortar of mix (1:4) with screened and washed sharp
sand for mortar and finished smooth to outside smooth
surface of brick masonry walls after racking out the
joints including watering and curing, rounding of
corners, etc. complete with cost, conveyance, loading
and unloading, royalties and taxes of all materials and
cost of all labours, sundries, T&P and scaffolding
required for the work etc. complete in all respect as
per specification and direction of Engineer-in-charge.
9
Providing and painting two coats with synthetic enamel
paint of approved quality and approved shade
confirming to ISI to give an even shade including sand
papering and making the surface smooth in all floors at
all height with cost, conveyance, loading, unloading
and taxes of all materials, cost of all labour, sundries,
T& P scaffolding and taxes of all materials, cost of all
labour, sundries, T & P scaffolding etc. required for the
work and complete in all respect as directed by the
Engineer-in-charge.
TOTAL (D)
32.40
Cum
137.40
Sqm
116.13
Sqm
253.52
Sqm
E-
PAVING OF EMBANKMENT
Refer Dwg. No.01,09,9A
Sl.
No.
1
2
Description of Items
Quantity
Unit
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required
depth and depositing the excavated materials at places
away from the work site with all leads and lifts, T&P for
shoring, shuttering, dewatering if required etc. complete as
per the drawing, designing including cost of all labour, T&P
etc. as required for the work complete as directed by the
Engineer-in-charge.
Dismantling old Concrete Tile flooring in cement mortar
including T&P and scaffolding wherever necessary,sorting
the dismantled material, disposal of unserviceable material
and stacking the serviceable material with all lifts and lead of
1000 metres including cost all labours, sundries, T&P
required for the work complete and as per instruction of the
Engineer in charge.
702.45
Cum
836.43
Cum
508.62
Cum
26.72
Cum
112.85
Cum
3
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers not
exceeding 23 cm. in depth with all lead and lift including
cost, conveyance, loading and unloading, royalties and
taxes of all materials and cost of all labour, sundries, T&P
required for the work etc. complete in all respect as directed
by the Engineer in charge. (Measurement will be taken on
finished compacted section only)
4
Providing and lying plain cement concrete of proportion
(1:3:6) in foundation and floors using Portland slag cement
(PSC) with 4 cm. size black hard crusher broken granite
stone metal of approved quality and from approved quarry,
washed and cleaned including hoisting,lowering, laying
concrete, ramming, watering and curing etc. complete to
required levels laid in layers not exceeding 15 cm. Thick
including cost, conveyance, loading and unloading, royalties
and taxes all materials and cost all labours, sundries, T&P
required for the work complete including dewatering if
required as per instruction of the Engineer in charge.
5
Providing, lifting, hoisting and laying reinforced cement
concrete of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips
not to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including hoisting, lowering,
laying and compaction concrete by using vibrators, watering
and curing for 28 days, and finishing the exposed surface
smooth providing grooves or beads wherever necessary
including cost, conveyance, loading, unloading, royalties and
taxes of all materials and cost of all labours, sundries, T & P
required of the work etc. complete in all respect as directed
by the Engineer-in-Charge.
Rate
Amount
in Rs.
6
7
8
Providing strong, rigid, leveled and plumbed centering and
shuttering to required shape and size for all kinds of R.C.C.
works with steel centering materials with all necessary
bracing, ties and supports with level centering covered with
bituminous paper . as per the direction of the Engineer-incharge and dismantling and removing the shuttering after
the required interval from the date of casting, including cost
of all materials with transportation, taxes, loading and
unloading etc. and all labour, sundries, T&P scaffolding etc.
complete.
Providing and Fixing Eco-friendly Paver block tile(of M30
grade of 60mm thk. rubber moulded, unique designed white
cement based, bayer pigmented blocks with chamfering on
the edges having ribs on sides and cured to natural drying
process and having the brand inscribed on side . The
material should be elegible for LEED certification). in floors
treads or steps and landing over levelled coarse sand to
proper slope, line and level proper fixing at corners and
splays etc. as per the design & drawing with cost of sand
all materials, labour, conveyance, taxes , T&P etc.tested and
approved by the consultant and complete as per the
direction of E-I-C.
Fixing granite tiles (above 0.4 sqm 20mm thick.) in
floors treads or steps and landing on 25mm thick bed of
cement mortar 1:1 (1 cement : 1 sand) jointed with neat
cement slurry mixed with pigment to match the shades on
the tiles etc. with cost of sand all materials, labour,
conveyance, taxes , T&P etc.tested and approved by the
consultant and complete as per the direction of E-I-C.
9
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls
after racking out the joints including watering and curing,
rounding of corners, etc. complete with cost, conveyance,
loading and unloading, royalties and taxes of all materials
and cost of all labours, sundries, T&P and scaffolding
required for the work etc. complete in all respect as per
specification and direction of Engineer-in-charge.
10
Providing cement punning to plastered surface finished
smooth and complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction
of Engineer-in-charge.
11
Providing and painting two coats with synthetic enamel paint
of approved quality and approved shade confirming to ISI to
give an even shade including sand papering and making the
surface smooth in all floors at all height with cost,
conveyance, loading, unloading and taxes of all materials,
cost of all labour, sundries, T& P scaffolding and taxes of all
materials, cost of all labour, sundries, T & P scaffolding etc.
required for the work and complete in all respect as directed
by the Engineer-in-charge.
Providing and placing of weep hole with 75mm dia UPVC
pipe including cost of all materials, all taxes ,all labour, all
T&P etc. required for the work complete in all respect as per
the direction of the Engineer-in-charge
12
875.94
Sqm
3693.7
Sqm
836.10
Sqm
659.59
Sqm
169.52
Sqm
2638.36
Sqm
440.00
rmt.
13
Supply & installation of marine grade polysteel modular
Benches, made of UV stabilized class-1 fire retardant
polyster composite with glass fibre reinforcement of
750GSM, self coloured, textured surface finish with scratch
resistant aliphatic grade UV stabilized polyurethane paint;
Inner frame work made of mild steel hot dip galvanized; All
hardwares are to be of stainless steel. To be individually
hand crafted to replicate steel and cast iron and to be
installed with ground using foundation bolts.(2 seater bench
of size - 42”X 2’.25”X 2’.25”). Fitting and fixing to be done
on ground by proper concreting as required for better
stabilityincluding cost of all materials, all taxes required for
the work complete in all respect as per the direction of the
Engineer-in-charge
14
Providing FRP animal/nature dustbins of size1.24 ft dia &
2.25 ft height including fitting and fixing on ground by proper
concreting as required for better stability with all cost of
material transportation,Taxes as directed by the E.I.C.
35
nos
35
nos
TOTAL (E)
F-
SEPTIC TANK (100 USERS)
Refer Dwg. No.08
Sl.
No.
1
2
3
Description of Items
Quantity
Unit
47.23
Cum
3.46
Cum
3.46
Cum
Earth work in ordinary soil with initial lead and lift
including rough dressingand leveling the bed sides up to
required depth and depositing the excavated materials at
places away from the work site with all leads and lifts,
T&P for shoring, shuttering, dewatering if required etc.
complete as per the drawing, designing including cost of
all labour, T&P etc. as required for the work complete as
directed by the Engineer-in-charge.
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers
with all lead and lift including cost, conveyance, loading
and unloading, royalties and taxes of all materials and
cost of all labour, sundries, T&P required for the work
etc. complete in all respect as directed by the Engineer in
charge.
Providing and laying cement concrete (1:2:4) with 12mm
size hard broken granite chips. foundation and floors
using Portland slag cement (PSC)of approved quality
and from approved quarry, washed and cleaned
including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid
in layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and taxes
all materials and cost all labours, sundries, T&P required
for the work complete including dewatering if required as
per instruction of the Engineer in charge.
Rate
Amount
in Rs.
4
5
6
7
Providing, lifting, hoisting and laying reinforced cement
concrete of M-30 grade including proper centring and
shuttering in following items as per approved designs
and drawings having a minimum compressive strength
(in work test) 300 Kg. / Square cm. in 15 cm. cubes after
curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size
black hard crushed broken granite stone chips and
screened and washed sharp sand for mortar of approved
quality from approved quarry, washed and cleaned (
20mm. size chips not to exceeds 25 % ) to be mixed in
concrete mixture with Portland slag cement (PSC)
including hoisting, lowering, laying and compaction
concrete by using vibrators, watering and curing for 28
days, and finishing the exposed surface smooth
providing grooves or beads wherever necessary
including cost, conveyance, loading, unloading, royalties
and taxes of all materials and cost of all labours,
sundries, T & P required of the work etc. complete in all
respect as directed by the Engineer-in-Charge.
Raft
Wall
Roof Slab
Providing, fixing and placing of Fe-500/ Tor steel (HYSD)
for RCC work in lintel of required diameter of
TATA/SAIL/VIZAG with straightening, Cutting, bending,
binding welding or jointing if necessary, bending,
binding, tying the grills as required for R.C.C. works,
providing fan hooks where necessary and hoisting,
lowering and placing in proper position according to
approved designs and drawings including cost,
conveyance, loading, unloading, taxes of M.S. rods or
Tor steel and binding wires of 18 to 20 gauge required for
the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to
the actual weight of M.S rod /Tor steel consumed in the
work and no separate payment will be made towards
weight of binding wires which is to be borne by the
contractor at his own cost
Providing 500mm dia Man Hole cover-2 nos
Providing Iron Step
TOTAL (F)
1.89
6.36
1.26
Cum
Cum
Cum
8.67
60.00
11
Qntl
kg
Nos
G- SOAK PIT & INSPECTION CHAMBER
Refer Dwg. No.08
Estimate for Inspection chambers inside 900x800and 450mm deep with cast iron manhole and frame(light duty)
rectangular type 450mmx610mm internal dimension.
For 1no. inspection chamber
Sl.
No.
Description of Items
1
Providing and lying plain cement concrete of proportion (1:3:6)
in foundation and floors using Portland slag cement (PSC)
with 4 cm. size black hard crusher broken granite stone metal
of approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for the
work complete including dewatering if required as per
instruction of the Engineer in charge.
2
3
4
First class kiln burnt brick masonry using K.B. bricks of size
25cm x 12 cm x 8 cm having crushing strength not less than
75 kg. Per Sqr. Cm. In cement mortar of mix(1:6) with
Portland slag cement (PSC) and screened and washed sharp
sand for mortar after immersing the bricks for 6 (six) hours in
water before use similar such type of works with all necessary
projections, splays cutting, circular moulding, corbelling,
chamfering, watering and curing etc. including cost,
conveyance, loading unloading, royalties and taxes of all
materials and cost of all labour, sundries, T & P required for
the works etc. complete in all respect as directed by the
Engineer-in-Charge.
Quantity
Unit
0.45
cum
0.39
cum
0.188
cum
0.25
Sq.m
Providing and lying cement concrete of proportion (1:2:4) in
foundation and floors using Portland slag cement (PSC) with
4 cm. size black hard crusher broken granite stone metal of
approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for the
work complete including dewatering if required as per
instruction of the Engineer in charge.
Providing 12mm thick cement plaster with cement mortar of
(1:6) to the brick surface 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
Rate
Amount
5
6
7
8
9
Providing 16mm thick cement plaster with cement mortar of
(1:6) to the brick surface 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
1.89
Sq.m
0.23
cum
0.01219
Qntl
1.01
cum
Providing, lifting, hoisting and laying reinforced cement
concrete of M-20 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 200 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips not
to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including centring & shuttering
&hoisting, lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and finishing the
exposed surface smooth providing grooves or beads
wherever necessary including cost, conveyance, loading,
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T & P required of the work etc. complete in
all respect as directed by the Engineer-in-Charge.
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings
including cost, conveyance, loading, unloading, taxes of M.S.
rods or Tor steel and binding wires of 18 to 20 gauge required
for the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to the
actual weight of M.S rod /Tor steel consumed in the work and
no separate payment will be made towards weight of binding
wires which is to be borne by the contractor at his own cost
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required
depth and depositing the excavated materials at places away
from the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
Extra labour for making channel
a
Mason (special)
0.06
nos
b
Mason( 2nd class)
0.06
nos
Over head charges 12 .5%
Sundrise and tools and plant @2%
Add labour cess 1%
COST OF ONE MANHOLE
For 1 no. Soak pit of size (1.2m dia x2.59m) deep sock way pit
Sl.
No.
1
2
Description of Items
Earth work in ordinary soil with initial lead and lift including
rough dressingand leveling the bed sides up to required depth
and depositing the excavated materials at places away from
the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
Providing and lying plain cement concrete of proportion (1:4:8)
in foundation and floors using Portland slag cement (PSC)
with 4 cm. size black hard crusher broken granite stone metal
of approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for the
work complete including dewatering if required as per
instruction of the Engineer in charge.
3
KB brick work laid dry in wellsteining with all lead and lift
including cost, conveyance, loading and unloading, royalties
and taxes of all materials and cost of all labour, sundries, T&P
required for the work etc. complete in all respect as directed
by the Engineer in charge.
4
First class kiln burnt brick masonry using K.B. bricks of size
25cm x 12 cm x 8 cm having crushing strength not less than
75 kg. Per Sqr. Cm. In cement mortar of mix(1:6) with
Portland slag cement (PSC) and screened and washed sharp
sand for mortar after immersing the bricks for 6 (six) hours in
water before use in foundation, plinth, basement and for
ornamental flower beds, plinth moulding and similar such type
of works with all necessary projections, splays cutting, circular
moulding, corbelling, chamfering, watering and curing etc.
including cost, conveyance, loading unloading, royalties and
taxes of all materials and cost of all labour, sundries, T & P
required for the works etc. complete in all respect as directed
by the Engineer-in-Charge.
5
Gravel backing in the rear of well staining with all lead and
lift including cost, conveyance, loading and unloading,
royalties and taxes of all materials and cost of all labour,
sundries, T&P required for the work etc. complete in all
respect as directed by the Engineer in charge.
6
Providing 12mm thick cement plaster with cement mortar of
(1:4) to the concrete surface 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
Quantity
Unit
6.10
cum
0.15
cum
2.42
cum
0.52
cum
1.13
cum
5.46
SQM
Rate
Amount
7
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings
including cost, conveyance, loading, unloading, taxes of M.S.
rods or Tor steel and binding wires of 18 to 20 gauge required
for the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to the
actual weight of M.S rod /Tor steel consumed in the work and
no separate payment will be made towards weight of binding
wires which is to be borne by the contractor at his own cost
8
Providing, lifting, hoisting and laying reinforced cement
concrete of M-20 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 200 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips not
to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including centring & shuttering
&hoisting, lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and finishing the
exposed surface smooth providing grooves or beads
wherever necessary including cost, conveyance, loading,
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T & P required of the work etc. complete in
all respect as directed by the Engineer-in-Charge.
9
Back filling with sand well watered and rammed in layers not
exceeding 23 cm. in depth with all lead and lift including cost,
conveyance, loading and unloading, royalties and taxes of all
materials and cost of all labour, sundries, T&P required for the
work etc. complete in all respect as directed by the Engineer
in charge.
0.23
Qtl
0.23
cum
0.28
cum
Quantity
Unit
4
No
For 1 no.
ABSTRACT
Sl.
No.
1
Description of Items
Constructing brick masonary Inspection Chamber with 75 class
designation bricks in cement mortar 1:4 (1 cement :4 coarse sand) R.C.C
top slab with 1:2:4mix(1 cement:2 coarse sand :4 graded stone aggregate
20 mm nominal size, foundation concrete 1:4:8 (1 cement:4 coarse sand : 8
graded stone aggregate 40 mm nominal size) inside plastering 12 mm thick
with cement mortar 1:3(1 cement :3 coarse sand ) finished with floating oat
of neat cement and making channels in cement concrete 1:2:4 (1 cement :2
coarse sand :4 graded stone aggregate 20 mm nominal size ) finished with
a floating coat of neat cement complete as per standard design. Inside
dimensions 760 mmx760mmx460mm deep including C I cover with frame
(light duty 455x610 mm internal dimensions total weight of cover and frame
to be not less than 38 kg ( weight of cover 23 kg and weight of frame 15 kg)
/RCC Precast Slab with F P S brick. as per approved drawing, PH
specification and direction of Engineer-in-charge.
Rate
Amount
2
Supplying all materials, labours, T&P and constructing 1.22m dia and 2.1m
depth soak way pit with precast RCC rings joined loose, gravel backing in
the rear of well staining, precast RCC cover slab in cement concrete (1:2:4)
using 12mm size hg chips fitted with iron lifting handles including cutting
hole in the rings for inlet pipe, earthwork in open well excavation in all kinds
of soil and refilling of cavity around the pit & painting the iron works,
watering, curing, conveyance of all materials to worksite, payment of
royalty, taxes etc all complete as per approved specification and direction of
Engineer-in-charge.
30
No
TOTAL (G)
H-
DEVELOPMENT OF GHAT
Refer Dwg. No.01,9B
Sl.
No.
Description of Items
1
Providing and lying plain cement concrete of
proportion (1:3:6) in foundation and floors using
Portland slag cement (PSC) with 4 cm. size black
hard crusher broken granite stone metal of
approved quality and from approved quarry,
washed and cleaned including hoisting,lowering,
laying concrete, ramming, watering and curing etc.
complete to required levels laid in layers not
exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and
taxes all materials and cost all labours, sundries,
T&P required for the work complete including
dewatering if required as per instruction of the
Engineer in charge.
Fixing rough granite in floors treads or steps
and landing on 25mm thick bed of cement mortar
1:1 (1 cement : 1 sand) jointed with neat cement
slurry mixed with pigment to match the shades on
the tiles etc. complete including cost, conveyance,
loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P
required for the work complete including dewatering
if required as per instruction of the Engineer in
charge.
Fixing rough granite in dados skirting and risers
of step on 12mm thick cement plaster (1:3) jointed
with neat cement slurry mixed with pigment to
match the shades of the tiles etc.complete including
cost, conveyance, loading and unloading, royalties
and taxes all materials and cost all labours,
sundries, T&P required for the work complete
including dewatering if required as per instruction of
the Engineer in charge.
Providing and painting two coats with synthetic
enamel paint of approved quality and approved
shade confirming to ISI to give an even shade
including sand papering and making the surface
smooth in all floors at all height with cost,
conveyance, loading, unloading and taxes of all
materials, cost of all labour, sundries, T& P
scaffolding and taxes of all materials, cost of all
labour, sundries, T & P scaffolding etc. required for
the work and complete in all respect as directed by
the Engineer-in-charge.
2
3
4
TOTAL (H)
Quantity
Unit
19.52
Cum
281.24
Sqm
328.84
Sqm
90.30
Sqm
Rate
Amount in
Rs.
I-
Replacement and repacking of stones of Water
sports complex
Refer Dwg. No.01
Sl.
No.
Description of Items
1
Removing old revetment and approns
and repacking with old stones with all
lead and lift including cost, conveyance,
loading and unloading, royalties and
taxes of all materials and cost of all
labour, sundries, T&P required for the
work etc. complete in all respect as
directed by the Engineer in charge.
2
3
4
Replacement of new stones and
repacking with all lead and lift including
cost,
conveyance,
loading
and
unloading, royalties and taxes of all
materials and cost of all labour,
sundries, T&P required for the work etc.
complete in all respect as directed by
the Engineer in charge.
Providing Gravel backing to revetment
0.15 m of 0'-6" thickness with all lead
and lift including cost, conveyance,
loading and unloading, royalties and
taxes of all materials and cost of all
labour, sundries, T&P required for the
work etc. complete in all respect as
directed by the Engineer in charge.
Quantity
Unit
1667.40
Cum
166.74
Cum
833.7
Cum
6000
sqm
Grouting approns & revetment 23 cm.
deep with cement concrete (1:4:8) with
2.5 cm broken granite material with all
lead and lift including cost, conveyance,
loading and unloading, royalties and
taxes of all materials and cost of all
labour, sundries, T&P required for the
work etc. complete in all respect as
directed by the Engineer in charge.
TOTAL (I)
Rate
Amount in
Rs.
J-
RAILING AND VISITOR MANAGEMENT SYSTEM ACROSS
EMBANKMENT PAVING & GHATS
Sl.
No.
Description of Items
1
Supplying, fitting and fixing of Heavy (C
Class)-GI Pipe (CONFORMING TO IS:1239
PART-1 (1990) SWS) of make
Jindal/equivalent in hand railing using 50mm
dia of 2mm thick circular pipe with Balustrade
of size 50mm x 2mm @ 0.90mtr. C/C and GI
pipe bracing of size 50mm x 2mm in 3 rows
in stair case as per approved design and
specification,including fitting and fixing on
ground by proper concreting as required for
better stability etc with cost,
conveyance,including buffing and polishing,
taxes of all materials, labour, T&P etc.
required for the complete in all respect.
2
3
Quantity
Unit
1823.17
rmt
Providing Tripod Turnstile (Model
No.WJTS112 - of Formula One Solutions/
equivalent) with Card reader as per approved
design and specification,including fitting and
fixing on ground by proper grouting as
required for better stability etc with cost,
conveyance, taxes of all materials, labour,
T&P etc. required for the complete in all
respect.as per the concerned E.I.C. including
5 years maintenance
8.00
nos
Providing
Visitor Management System
Formula One Solutions/ equivalent) including
Server PC, Server software & access Control
software with cost, conveyance,taxes of all
materials, labour, required and complete in
all respect as per the concerned E.I.C.
including 5 years maintenance
2.00
nos
TOTAL (J)
Rate
Amount in
Rs.
K-
FENCING
Refer Dwg. No.03
Sl.
No.
1
2
3
4
5
Description of Items
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required depth
and depositing the excavated materials at places away from
the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
Supplying and filling in foundation trenches and plinth, ditches
with sand well watered and rammed in layers not exceeding
23 cm. in depth with all lead and lift including cost,
conveyance, loading and unloading, royalties and taxes of all
materials and cost of all labour, sundries, T&P required for the
work etc. complete in all respect as directed by the Engineer in
charge. (Measurement will be taken on finished compacted
section only)
Providing and lying plain cement concrete of proportion (1:3:6)
in foundation and floors using Portland slag cement (PSC)
with 4 cm. size black hard crusher broken granite stone metal
of approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost, conveyance,
loading and unloading, royalties and taxes all materials and
cost all labours, sundries, T&P required for the work complete
including dewatering if required as per instruction of the
Engineer in charge.
First class burnt brick masonry using K.B. bricks of size 25 cm.
x 12 cm. x 8 cm. having crushing strength not less than 75 kg.
Per. Sqr. Cm. in cement mortar of mix( 1:4) with ordinary
Portland cement( OPC) and screened & washed sand for
mortar after immersing the bricks for 6 (Six) hours in water
before use in Foundation & plinth including splays cutting,
circular moulding, corbelling, chamfering and similar such type
of works, watering and curing etc. including cost, conveyance,
loading, unloading, royalties and taxes of all materials, cost of
all labour, scaffolding, sundries, T&P required for the works
etc. complete in all respect as directed by the Engineer-inCharge.
First class burnt brick masonry using K.B. bricks of size 25 cm.
x 12 cm. x 8 cm. having crushing strength not less than 75 kg.
Per. Sqr. Cm. in cement mortar of mix( 1:4) with ordinary
Portland cement( OPC) and screened & washed sand for
mortar after immersing the bricks for 6 (Six) hours in water
before use in superstructure including splays cutting, circular
moulding, corbelling, chamfering and similar such type of
works, watering and curing etc. including cost, conveyance,
loading, unloading, royalties and taxes of all materials, cost of
all labour, scaffolding, sundries, T&P required for the works
etc. complete in all respect as directed by the Engineer-inCharge.
Quantity
Unit
237.48
Cum
35.66
Cum
15.69
Cum
64.52
Cum
109.36
Cum
Rate
Amount
in Rs.
6
7
8
9
10
Supplying , fitting and fixing of HDPE Fibre net 8'0"x5'0" of
approved quality supported by 2" G.I. Angle with 1'x1'x1'
embedded inside brick masonry fixed at 6 points with C.C.
1:2:3 of 6"x6"x6" with stays at required intervals as per design
and drawing complete as per instructions of the concerned E-IC
Providing, lifting, hoisting and laying reinforced cement
concrete of M-20 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 200 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips not
to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC)laying and compaction concrete
by using vibrators, watering and curing for 28 days, and
finishing the exposed surface smooth providing grooves or
beads wherever necessary including cost, conveyance,
loading, unloading, royalties and taxes of all materials and cost
of all labours, sundries, T & P required of the work etc.
complete in all respect as directed by the Engineer-in-Charge.
115.94
Sqm
9.29
Cum
16.72
16.72
Sqm
Sqm
11.34
Qntl
2880.00
kg
Providing strong, rigid, leveled and plumbed centering and
shuttering to required shape and size for all kinds of R.C.C.
works with steel centering materials with all necessary bracing,
ties and supports with level centering covered with bituminous
paper . as per the direction of the Engineer-in-charge and
dismantling and removing the shuttering after the required
interval from the date of casting, including cost of all materials
with transportation, taxes, loading and unloading etc. and all
labour, sundries, T&P scaffolding etc. complete.
A) Column Base
B) Column
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings including
cost, conveyance, loading, unloading, taxes of M.S. rods or
Tor steel and binding wires of 18 to 20 gauge required for the
work and cost of all labour, sundries, T & P and scaffolding
complete in all respect as directed by the Engineer-in-Charge (
payment will be made according to the actual weight of M.S
rod /Tor steel consumed in the work and no separate payment
will be made towards weight of binding wires which is to be
borne by the contractor at his own cost
Supplying, fitting and fixing of M.S. gate made out of M.S.
square bar / M.S. flats / M.S. angles Gate Section and in rolled
steel sections like R.S.J.; angles; Tees; channels etc and
plates; square or rectangular rods.TATA or SAIL or equivalent
approved make as per approved drawing and design, cutting
to required size and welding properly, finished smooth and
sand papering, painting one coat with red oxide primer,
including cost, conveyance, taxes of all materials, required
screws, cost of all labour, T&P etc. as required for the work
complete as per direction of the Engineer-in-charge in all
floors.
11
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls after
racking out the joints including watering and curing, rounding
of corners, etc. complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction of
Engineer-in-charge.
12
Providing 12mm thick cement plaster with cement mortar of
(1:4) to the brick surface 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
13
Providing 16mm thick cement plaster with cement mortar of
(1:6) to the brick surface 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
14
Providing and Painting 2 coats with enamel paint over primer
of any approved paint on new iron work including cost of paint
& labour with conveyance, taxes of all materials, cost of all
labour, etc. complete as per specification and direction of
Engineer-in-Charge..
15
Wall painting two coats with 100% Acrylic emulsion paint (1st
quality) exterior grade of approved make & shade
manufactured by reputed manufacturer like NEROLAC /
ASIAN / BERGER / DULOX or equivalent to make an even
finished surface over a coat of primer with water bond cement
primer in all heights with all scaffolding and staging charges
including cost, conveyance, taxes of all materials, cost of all
labours, T & P, sundries etc. as required for the work
complete.
23.18
Sqm
291.13
Sqm
133.83
Sqm
44.61
Sqm
503.68
Sqm
TOTAL (K)
L-
PARKING & DRAIN INSIDE & OUTSIDE PANTHANIVAS AREA
Refer Dwg. No.01,04,05,5A,5B,5C,5D &5E
Sl.
No.
1
Description of Items
Quantity
Unit
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required
depth and depositing the excavated materials at places away
from the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
2734.76
Cum
Rate
Amount in
Rs.
2
3
Supplying and filling in foundation trenches and plinth, ditches
with sand well watered and rammed in layers not exceeding
23 cm. in depth with all lead and lift including cost,
conveyance, loading and unloading, royalties and taxes of all
materials and cost of all labour, sundries, T&P required for the
work etc. complete in all respect as directed by the Engineer
in charge. (Measurement will be taken on finished compacted
section only)
Providing and lying plain cement concrete of proportion
(1:3:6) in foundation and floors using Portland slag cement
(PSC) with 4 cm. size black hard crusher broken granite stone
metal of approved quality and from approved quarry, washed
and cleaned including hoisting,lowering, laying concrete,
ramming, watering and curing etc. complete to required levels
laid in layers not exceeding 15 cm. Thick including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for the
work complete including dewatering if required as per
instruction of the Engineer in charge.
4
Providing, lifting, hoisting and laying Reinforced cement
concrete of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips
not to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) including hoisting, lowering,
laying and compaction concrete by using vibrators, watering
and curing for 28 days, and finishing the exposed surface
smooth providing grooves or beads wherever necessary
including cost, conveyance, loading, unloading, royalties and
taxes of all materials and cost of all labours, sundries, T & P
required of the work etc. complete in all respect as directed by
the Engineer-in-Charge.
5
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings
including cost, conveyance, loading, unloading, taxes of M.S.
rods or Tor steel and binding wires of 18 to 20 gauge required
for the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to the
actual weight of M.S rod /Tor steel consumed in the work and
no separate payment will be made towards weight of binding
wires which is to be borne by the contractor at his own cost
6
Providing strong, rigid, leveled and plumbed centering and
shuttering to required shape and size for all kinds of R.C.C.
works with steel centering materials with all necessary
bracing, ties and supports with level centering covered with
bituminous paper . as per the direction of the Engineer-incharge and dismantling and removing the shuttering after the
required interval from the date of casting, including cost of all
materials with transportation, taxes, loading and unloading
etc. and all labour, sundries, T&P scaffolding etc. complete.
4670.72
Cum
294.96
Cum
843.23
Cum
702.92
Qntl
Perforated Slab
Wall
7
Construction of granular sub-base by providing Close graded
Granular subbase Grading-III material as per table 400-1,
spreading in uniform layers with motor grader on prepared
surface, mixing by mix in place method with rotavator at OMC,
and compacting with vibratory roller to achieve the desired
density complete as per Clause 401 of MoSRT&H
Specifications for Road & Bridge works (4th Revision)
8
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thickness, hand
packing, rolling with 3 wheeled steel/ vibratory roller 8-10
tonnes in stages to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill
up the interstices of coarse aggregate, watering and
compacting to the required density as per clause 404 of
MORTH specification for Road & Bridge works (4th
Revision). Grade-II Using Type-A 13.2mm stone screening
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thickness, hand
packing, rolling with 3 wheeled steel/ vibratory roller 8-10
tonnes in stages to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill
up the interstices of coarse aggregate, watering and
compacting to the required density as per clause 404 of
MORTH specification
for Road & Bridge works (4th
Revision). Grading-III (Using Type-B 11.2mm stone
screening)
Providing and Fixing Eco-friendly Paver block tile(of M30
grade of 60mm thk. rubber moulded, unique designed white
cement based, bayer pigmented blocks with chamfering on
the edges having ribs on sides and cured to natural drying
process and having the brand inscribed on side . (The
material should be elegible for LEED certification). in floors
treads or steps and landing over levelled coarse sand to
proper slope, line and level proper fixing at corners and splays
etc. as per the design & drawing with cost of sand all
materials, labour, conveyance, taxes , T&P etc.tested and
approved by the consultant and complete as per the direction
of E-I-C.
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls after
racking out the joints including watering and curing, rounding
of corners, etc. complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction
of Engineer-in-charge.
9
10
11
12
Providing and painting two coats with synthetic enamel paint
of approved quality and approved shade confirming to ISI to
give an even shade including sand papering and making the
surface smooth in all floors at all height with cost,
conveyance, loading, unloading and taxes of all materials,
cost of all labour, sundries, T& P scaffolding and taxes of all
materials, cost of all labour, sundries, T & P scaffolding etc.
required for the work and complete in all respect as directed
by the Engineer-in-charge.
613.14
Sqm
6660.37
Sqm
749.10
Cum
749.10
Cum
749.10
Cum
9836.25
Sqm
2078.41
Sqm
4156.81
Sqm
13
Providing FRP animal/nature dustbins of size1.24 ft dia & 2.25
ft height including fitting and fixing on ground by proper
concreting as required for better stability with all cost of
material transportation,Taxes as directed by the E.I.C.
14
Dismantling and removing 2.5cm thick artificial stone
flooring including stacking the useful materials for reuse and
removing the debris within 50m lead including cost all
labours, sundries, T&P required for the work complete and as
per instruction of the Engineer in charge.
15
Dismantling and removing R.C.C. columns, beams, slab,
staircase landing, lintels including stacking the useful
materials for reuse and removing the debris within 50m lead
including cost all labours, sundries, T&P required for the work
complete and as per instruction of the Engineer in charge.
TOTAL (L)
20
nos
167.22
Sqm
21.9
Cum
M-
PUBLIC CONVENIENCE CENTRE AT BARKUL
Refer Dwg. No.07,7A
Sl.
No.
Description of Items
Quantity
Unit
135.84
Cum
CIVIL
1
Earth work in ordinary soil with initial lead and lift
including rough dressing and leveling the bed sides up to
required depth and depositing the excavated materials at
places away from the work site with all leads and lifts, T&P
for shoring, shuttering, dewatering if required etc.
complete as per the drawing, designing including cost of
all labour, T&P etc. as required for the work complete as
directed by the Engineer-in-charge.
2
Supplying and filling in foundation trenches and plinth,
ditches with sand well watered and rammed in layers not
exceeding 23 cm. in depth with all lead and lift including
cost, conveyance, loading and unloading, royalties and
taxes of all materials and cost of all labour, sundries, T&P
required for the work etc. complete in all respect as
directed by the Engineer in charge. (Measurement will be
taken on finished compacted section only)
121.45
Cum
3
Providing and lying plain cement concrete of proportion
(1:3:6) in foundation and floors using Portland slag
cement (PSC) with 4 cm. size black hard crusher broken
granite stone metal of approved quality and from approved
quarry, washed and cleaned including hoisting,lowering,
laying concrete, ramming, watering and curing etc.
complete to required levels laid in layers not exceeding 15
cm. Thick including cost, conveyance, loading and
unloading, royalties and taxes all materials and cost all
labours, sundries, T&P required for the work complete
including dewatering if required as per instruction of the
Engineer in charge.
29.38
Cum
4
Providing, lifting, hoisting and laying Reinforced cement
concrete of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm.
cubes after curing of 28 days after mixing and test
conducted in accordance with I.S. 516 using 10 mm. to 20
mm. size black hard crushed broken granite stone chips
and screened and washed sharp sand for mortar of
approved quality from approved quarry, washed and
cleaned ( 20mm. size chips not to exceeds 25 % ) to be
mixed in concrete mixture with Portland slag cement
(PSC) with Centering & shuttering including hoisting,
lowering, laying and compaction concrete by using
vibrators, watering and curing for 28 days, and finishing
the exposed surface smooth providing grooves or beads
wherever necessary including cost, conveyance, loading,
unloading, royalties and taxes of all materials and cost of
all labours, sundries, T & P required of the work etc.
complete in all respect as directed by the Engineer-inCharge.
A) Column Base
27.34
Cum
5.61
Cum
18.74
Cum
14.05
Cum
B) Column
C) Beam
D) Plinth Bend/Tie Beam
Rate
Amount
in Rs.
E) Lintel
F) Roof slab
5
Providing, fixing and placing of Fe-500/ Tor steel (HYSD)
for RCC work in lintel of required diameter of
TATA/SAIL/VIZAG with straightening, Cutting, bending,
binding welding or jointing if necessary, bending, binding,
tying the grills as required for R.C.C. works, providing fan
hooks where necessary and hoisting, lowering and placing
in proper position according to approved designs and
drawings including cost, conveyance, loading, unloading,
taxes of M.S. rods or Tor steel and binding wires of 18 to
20 gauge required for the work and cost of all labour,
sundries, T & P and scaffolding complete in all respect as
directed by the Engineer-in-Charge ( payment will be
made according to the actual weight of M.S rod /Tor steel
consumed in the work and no separate payment will be
made towards weight of binding wires which is to be borne
by the contractor at his own cost
6
First class burnt brick masonry using K.B. bricks of size 25
cm. x 12 cm. x 8 cm. having crushing strength not less
than 75 kg. Per. Sqr. Cm. with dimensional tolerance +8
percent in cement mortar of mix (1:6) with ordinary
Portland cement( OPC) and screened & washed sand for
mortar after immersing the bricks for 6 (Six) hours in water
before use in Foundation & plinth including splays cutting,
circular moulding, corbelling, chamfering and similar such
type of works, watering and curing etc. including cost,
conveyance, loading, unloading, royalties and taxes of all
materials, cost of all labour, scaffolding, sundries, T&P
required for the works etc. complete in all respect as
directed by the Engineer-in-Charge.
7
First class burnt brick masonry using K.B. bricks of size 25
cm. x 12 cm. x 8 cm. having crushing strength not less
than 75 kg. Per. Sqr. Cm. with dimensional tolerance +8
percent in cement mortar of mix (1:6) with ordinary
Portland cement( OPC) and screened & washed sand for
mortar after immersing the bricks for 6 (Six) hours in water
before use in superstructure including splays cutting,
circular moulding, corbelling, chamfering and similar such
type of works, watering and curing etc. including cost,
conveyance, loading, unloading, royalties and taxes of all
materials, cost of all labour, scaffolding, sundries, T&P
required for the works etc. complete in all respect as
directed by the Engineer-in-Charge.
8
First class burnt brick masonry using K.B. bricks of size 25
cm. x 12 cm. x 8 cm. having crushing strength not less
than 75 kg. Per. Sqr. Cm. with dimensional tolerance +8
percent in cement mortar of mix (1:4) with ordinary
Portland cement( OPC) and screened & washed sand for
mortar after immersing the bricks for 6 (Six) hours in water
before use in Foundation & plinth including splays cutting,
circular moulding, corbelling, chamfering and similar such
type of works, watering and curing etc. including cost,
conveyance, loading, unloading, royalties and taxes of all
materials, cost of all labour, scaffolding, sundries, T&P
required for the works etc. complete in all respect as
directed by the Engineer-in-Charge.
1.00
Cum
37.61
Cum
142.81
Qntl
29.4
Cum
241.89
Cum
18.05
Cum
9
Providing 12mm thick cement plaster with cement mortar
of (1:6) to the brick surface 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
10
Providing 16mm thick cement plaster with cement mortar
of (1:6) to the brick surface 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
11
Providing 6mm thick cement plaster in all floors at all
height with cement mortar of mix (1:4) to RCC surface
finished smooth including deep chipping and slurry
treatment with screened and washed sharp sand for
mortar and finished smooth to outside smooth surface of
brick masonry walls after racking out the joints including
watering and curing, rounding of corners, etc. complete
with cost, conveyance, loading and unloading, royalties
and taxes of all materials and cost of all labours, sundries,
T&P and scaffolding required for the work etc. complete in
all respect as per specification and direction of Engineerin-charge.
12
Supplying, fitting and fixing of Stainless steel of 304 grade
in hand railing using 50mm dia of 2mm thick circular pipe
with Balustrade of size 32mm x 32mm x 2mm @ 0.90mtr.
C/C and stainless square pipe bracing of size 32mm x
32mm x 2mm in 3 rows in stair case as per approved
design and specification, buffing, polishing etc with cost,
conveyance, taxes of all materials, labour, T&P etc.
required for the complete in all respect.
13
Providing vetrified tile (colour/ printed series) (600mm x
600mm) in flooring using vetrified tile of approved quality,
colour and size in all floors, treads on steps and landing
on 25mm thick bed of cement mortar of (1:4) with neat
white cement slurry mixed with required quantities of
pigments of approved marks to match the shades of the
tile if required , watering and curing, including cost,
conveyance, loading, unloading, royalties and taxes of all
materials, cost of all labour, sundries, T&P required for the
work and complete in all respect as per specification and
direction of Engineer-in-charge.
728.42
Sqm
585.85
Sqm
219.59
Sqm
193.3
Kg
104.05
Sqm
14
Providing vitrified tile (600mm x 600mm) in flooring using
vetrified tile of approved quality, colour and size in dadoo,
12mm thick cement plaster (1:3) with neat white cement
slurry mixed with required quantities of pigments of
approved marks to match the shades of the tile if required
, watering and curing, including cost, conveyance, loading,
unloading, royalties and taxes of all materials, cost of all
labour, sundries, T&P required for the work and complete
in all respect as per specification and direction of
Engineer-in-charge.
15
Fixing Ceramic tile (300mm x 300mm) in floors treads or
steps and landing on 25mm thick bed of cement mortar
1:1 (1 cement : 1 sand) jointed with neat cement slurry
mixed with pigment to match the shades on the tiles etc.
complete including cost, conveyance, loading, unloading,
royalties and taxes of all materials, cost of all labour,
sundries, T&P required for the work and complete in all
respect as per specification and direction of Engineer-incharge.
Fixing glazed tiles in dados skirting and risers of step on
12mm thick cement plaster (1:3) jointed with neat cement
slurry mixed with pigment to match the shades of the tiles
including rubbing and polishing complete including cost,
conveyance, loading, unloading, royalties and taxes of all
materials, cost of all labour, sundries, T&P required for the
work and complete in all respect as per specification and
direction of Engineer-in-charge.
16
17
Painting two coats to the wall surface by using 100%
premium Acrylic emulsion paint of approved make like
NEROLAC ALLS CAPES 24 carrot emulsion/ BERGER
luxel luxury silk emulsion / ASIAN Royal / ICI velvetouch
or equivalent make of approved shade to interior wall
surface over a coat of primer with water bond cement
primer after preparing the surface smooth by applying
putty punning with Synthetic Acrylic wall putty including
finishing the surface smooth by sand papering in all
heights including scaffolding charges with cost,
conveyance, taxes of all materials, cost of all labours, etc.
as required for the work complete in all respect.
18
Wall painting two coats with 100% Acrylic emulsion paint
(1st quality) exterior grade of approved make & shade
manufactured by reputed manufacturer like NEROLAC /
ASIAN / BERGER / DULOX or equivalent to make an
even finished surface over a coat of primer with water
bond cement primer in all heights with all scaffolding and
staging charges including cost, conveyance, taxes of all
materials, cost of all labours, T & P, sundries etc. as
required for the work complete.
7.39
Sqm
120.03
Sqm
316.74
Sqm
488.7
Sqm
728.42
Sqm
19
Supplying, fitting and fixing well dressed and well
seasoned sal wood choukaths framed and fixed (wrought
and put up) in trusses, purlines frames of doors, windows,
ventilators and beams.of different length in proper position
including two coats coats of coaltaring to wall and lintel
side faces of choukaths including cost of coaltar and
labour for coaltaring and fixing required nos. of W.I.
clamps to the choukaths with approved qualities of screws
including cost, conveyance, loading, sundries, T&P
required for the work etc. complete in all respect with cost,
conveyance, royalties, loading, unloading and taxes of all
materials and cost of all labour, T&P, sundries, scaffolding
etc. required for the work complete in all respect as per
specification and direction of Engineer
20
Providing and painting two coats with synthetic enamel
paint of approved quality and approved shade confirming
to ISI to give an even shade including sand papering and
making the surface smooth in all floors at all height with
cost, conveyance, loading, unloading and taxes of all
materials, cost of all labour, sundries, T& P scaffolding
and taxes of all materials, cost of all labour, sundries, T &
P scaffolding etc. required for the work and complete in all
respect as directed by the Engineer-in-charge.
21
Fixing cement concrete tile in floors on 25mm thick bed of
cement mortar 1:1 (1 cement : 1 sand) jointed with neat
cement slurry mixed with pigment to match the shades on
the tiles etc. complete including cost, conveyance,
loading, unloading, royalties and taxes of all materials,
cost of all labour, sundries, T&P required for the work and
complete in all respect as per specification and direction of
Engineer-in-charge.
22
Supplying fitting and fixing in position flush door shutter of
32mm thick with 1mm sun mica (Royal touch) of approved
quality and as per drawing & design with all necessary
brass fittings, door closer (godrej, heavy duty) notrice lock
(godrej heavy duty), including cost of all materials, labour,
all taxes, transportation, loading & unloading etc. complete
as per specification and direction of Engineer –in-charge..
23
Providing, fitting and fixing fully glazed (WINTECH/
Fenesta/ LG ) make / equivalent sliding windows (2
track)/partition walling/ ventilators with necessary fittings,
fixtures and hardwares like concealed locks , handles,
etc., glazed with 5mm thick frosted/plain/ black glass free
from bubbles, holes or any surface deformation, with sun
reflective film, as per the drawing and design, and fixed to
the walls or columns with lugs in cement concrete 1:2:4
cutting holes and mending good to all damages, including
filling gaps if any, between the frames walls/ columns, with
appropriate sealant, including cost of all materials, labour,
conveyance, taxes, royalties, scaffolding, sundries, tools
and plants, etc., complete as per the direction of the
Engineering-in-charge/Consultant.
0.51
Cum
31.77
Sqm
460
Sqm
42.92
Sqm
15.61
Sqm
24
Providing and laying cement concrete (1:2:4) with 12mm
size hard broken granite chips. foundation and floors
using Portland slag cement (PSC)of approved quality and
from approved quarry, washed and cleaned including
hoisting,lowering, laying concrete, ramming, watering and
curing etc. complete to required levels laid in layers not
exceeding 15 cm. Thick including cost, conveyance,
loading and unloading, royalties and taxes all materials
and cost all labours, sundries, T&P required for the work
complete including dewatering if required as per
instruction of the Engineer in charge.
25
Supplying, fitting and fixing of M.S. grill in windows
including screws as may be required etc with cost,
conveyance, taxes of all materials, labour, T&P etc.
required for the complete in all respect including cost,
conveyance, loading and unloading, royalties and taxes all
materials and cost all labours, sundries, T&P required for
the work complete including dewatering if required as per
instruction of the Engineer in charge.
Providing labour for fixing door & window grills including
as may be required etc with cost, conveyance, taxes of all
materials, labour, T&P etc. required for the complete in all
respect.
26
Providing 20mm. thick finished granite stone flooring using
granite slab of approved quality, colour and size in floors,
treads on steps and landing on 25mm. thick bed of
cement mortar mix of 1:1 (1 cement : 1 sand) with
screened and washed sharp sand for mortar and with
Portland slag cement (PSC) grouted with neat white
cement slurry laid in proper slope joining the marble slab
with neat white cement slurry mixed with required quantity
of pigment of approved marks to match the shades of the
marbles tiles to marble colour if required, watering and
curing for 21 days, including cost, conveyance, loading,
unloading, royalties, and taxes of all materials, cost of all
labour, sundries, T&P required for the work including
rubbing mechanically and wax polishing etc. in all floors at
all height complete in all respect as directed by the
Engineer-in-charge.
2.12
Cum
528.00
Kg
24.53
Sqm
5.57
Sqm
8.00
NOS
Total for Civil
PH
27
Providing and installing vitreous China Orissa Pattern
water closet pan of size 580x440mm of Hindware make
catalouge no 20076 or equivalent of Parryware / Jaquar
make with integral type foot rest and 100 mm PVC P trap,
with 10 lit capasity low level flushing cistern of hindware
catalouge no 21001 or equivalent of Parryware / Jaquar
make, MS brackets, 450mm long connection pipe having
cat no ALD 803B or equivalent of Parryware / Hindware
make, 32 mm diameter flush pipe with fittings and
clamps, overflow arrangements with specials and
mosquitoes coupling of apprived
municipal design
including painting of fittings and brackets,cuttings and
making good the walls and floors whereever required etc
complete as per direction of Engineer-in-charge.
28
Supplying and fixing urinal of size 61x41x38cm of
Hindware make having cat no 60002 or equivalent of
Parryware / Jaquar make including all fittings like 10lit
capacity porcelain automatic flushing cistern of Hindware
make cat no 61002 or equivalent of Parryware / Jaquar
make, 450mm long connection pipe of jaquar cat no ALD
803B, stop cock of Jaquar make having cat no KUB35083, bottle trap of Jaquar cat no ALD 769 or equivalent
of Parryware / Hindware make etc complete as per PH
specification and direction of the Engineer-in-charge.
29
Providing and installing vitreous squating plate urinal with
integral automatic flushing valve complete make etc as
per specification all complete including cost of all materials
as per PH specification and direction of the Engineer-incharge.
30
Providing and fixing 49cm dia counter top wash hand
basin of Hind Ware make having cat no 10052 of Round
starlet or equivalent of Parryware / Jaquar make with a
pair of CI bracket, 32mm dia CP bottle trap of Jaquar cat
no ALD 769, connection pipe with CP nut 450mm long of
cat no ALD 803B, 15mm dia pillar cock Jaquar make
having cat no-KUB-35001 or equivalent of Parryware /
Hindware including cutting walls and making good the
damages in CC (1:2:4) as per specification all complete
including cost of all materials as per PH specification and
direction of the Engineer-in-charge.
Providing and fixing C.P. Glass shelf 600mm long of
Jaquar Kubix Cat. No.-AKB-35771 fixed to wall including
cutting the wall and making good the damages, including
cost of all materials complete as per PH specification and
direction of Engineering-in-charge.
a
b
c
d
e
f
Supplying all materials, labour, T&P and fixing standard
sized CP towel rail - 24" ( Jaquar Kubix Cat. No.-AKB35711 ) complete including cutting the wall and making
good the damages, including cost of all materials
complete as per PH specification and direction of
Engineering-in-charge.
Providing and fixing of towel ring ( Model No-AQN-7721 of
JAQUAR ) with all fittings complete including cost of all
materials, all taxes and as per direction of E.I.C.
Supplying all materials, labour, T&P and fixing standard
sized CP Soap case ( Jaquar Kubix Cat. No.-AKB-35731
) complete including cutting the wall and making good the
damages, including cost of all materials complete as per
PH specification and direction of Engineering-in-charge.
Supplying all materials, labour, T&P and fixing standard
sized 15mm CP Long body Bib cock(JAQUAR ,LYR Cat.
No. - 38037) complete including cutting the wall and
making good the damages, including cost of all materials
complete as per PH specification and direction of
Engineering-in-charge.
Supplying all materials, labour, T&P and fixing standard
sized 15mm dia Angular Stop cock ( Jaquar Kubix Cat.
No.-KUB-35053 ) complete including cutting the wall and
making good the damages, including cost of all materials
complete as per PH specification and direction of
Engineering-in-charge.
4.00
NOS
4.00
NOS
8
NOS
8.00
NOS
4.00
NOS
8.00
NOS
12
NOS
8.00
NOS
12.00
NOS
g
h
Providing and fixing of Hand shower(Health Faucet) with
8mm dia 1metre long Flexible Tube with wall Hook with
NRV (Black Flow Preventer) (cat. No -ALD-573 of
JAQUAR) complete including cost of all materials, all
taxes complete as per PH specification & direction of
E.I.C.
Supplying all materials, labour, T&P and fixing standard
sized grab bar of Jaquar Kubix Cat. No.-AKB-35701 or
equivalent of Parryware / Hindware make complete
including cutting the wall and making good the damages,
including cost of all materials complete as per PH
specification and direction of Engineering-in-charge.
8.00
NOS
2
NOS
20.00
NOS
160.00
20.00
i
Providing and fixing of 125 mm dia CP Grating of
approved quality including cost of all materials, all taxes
complete as per PH specification & direction of E.I.C.
31
a
Providing fitting & fixing of the following PVC pipes as per
IS-13592 (Finolex) and fittings as per IS-14735 on the wall
surface below the floor and ground level for use as soil
waste and anti-syphonic pipes fixing the pipes and fitting
on the wall of approved quality including cost of all
materials, all taxes complete as per PH specification &
direction of E.I.C.
110mm dia UPVC pipe
b
c
110mm Dia PVC bend with access door
110mm Dia PVC plain bend
20
Rmt
NOS
NOS
d
110mm dia heel rest bend
20.00
NOS
e
110mm dia U-PVC door tee
10.00
NOS
f
110mm dia U-PVC cross tee
10.00
NOS
g
110mm dia PVC SWR cowl
8.00
h
UPVC trap of self cleaning design
8
NOS
NOS
32
Providing and fixing of Brass/Gun metal Full way Valve
(Leader/Shakti/Laxmi or equivalent) with C.I. wheel of
approved quality including jointing as per specification
complete with cost of all materials of approved quality
including cost of all materials, all taxes and as per PH
specification & direction of E.I.C.
a)25mm dia
4.00
NOS
b) 40mm dia
2.00
NOS
c)50mm dia
2.00
NOS
33
Supplying all materials,labours,T&P and providing and
fixing to wall or ceiling and floor CPVC pipes and fittings
of the following nominal bore with clamps including
making good the wall,ceiling and floor all complete as per
specification and direction of the Engineer-in-charge.
a
15 mm dia
40.00
RM
b
20 mm dia
200.00
RM
c
25 mm dia
100.00
RM
d
50 mm dia
130.00
RM
34
Supplying all materials,labour,T&P and fixing Rotational
moulded polyethylene cyndrical vertical water storage
tanks of 2000 ltr capacity confirming to IS:12701-1996
including cutting holes through the tank and fixing mild
steel tubes and fittings and providing extra sockets and
jam nuts,fixing ball valve etc,including hoisting upto a
height of 5 mtr above ground level and placing the tank to
the required position including conveyance of all materials
to worksite etc all complete as per specification and
direction of Engineer-in-charge.
35
Providing, laying cement concrete 1:4:8 (1 cement : 4 fine
sand : 8 graded stone aggregate 40 mm nominal size)
bedding for 100mm dia PVC pipes and necessary
formwork and curing complete as per specification
including conveyance of all materials to worksite etc all
complete as per specification and direction of Engineer-incharge.
Supplying all materials,labours,T&P and constructing gully
trap chamber of 250mmx250mm inside size with 8cm
thick RCC precast cover slab in cement concrete (1:2:4)
mix using 12mm size hg chips,foundation concrete (1:4:8)
using 40mm size hard granite metal on bed and around
trap,KB brickwork in cement mortar (1:6) in F&P and
inside 12mm thick cement plaster in cement mortar (1:3)
finished with a floating coat of neat cement including fixing
100mmx100mm size HCI gully trap,150mm x150mm size
CI grating etc all complete as per approved
drawing,specification and direction of Engineer-in-charge.
36
37
Supplying all materials, labours, T&P and cutting holes
through existing brickwork including making good the
damages in cement mortar (1:4) for taking GI pipes and
fittings/PVC pipes and fittings etc including conveyance of
all materials to worksite etc, labour and all complete as
per specification and direction of Engineer-in-charge.
38
Providing fitting and fixing 50mm thick RCC handling
buffle wall inside the septic tank as per the apporved
design and size and
including conveyance of all
materials,labour to worksite etc all complete as per
specification and direction of Engineer-in-charge.
39
Providing fitting and fixing 20mm OMS step iron and
including conveyance of all materials,labour to worksite
etc all complete as per specification and direction of
Engineer-in-charge.
40
Providing fitting and fixing 100mm (4") dia HCI vent pipe
of 1.0mt length with cowl all complete as per PH
specification and direction of Engineer-in-charge.
Total for PH
ELECTRICAL
4.00
NOS
60.00
RM
10.00
NOS
10.00
NOS
4.00
SQM
10.00
NOS
2.00
NOS
41
42
43
44
Recessed wiring to light point point with 1.5 sq.mm FR
PVC insulatedsingle core multistrand copper conductor of
ISI marked with 20 mm dia non-metalic PVC flexible
conduit with S.P. 5 / 6 amps, one way modular switch, ISI
marked type switch,Modular base & cover for 1 module,
Modular G.I. box for 2 module 18 SWG ISI marked and
ceiling rose ISI marked mounted on MS box having front
bakelitecover of suitable size , MS box with 1.5 sq.mm FR
PVC insulated single core multistrand copper conductor
asearth wire including all accesories and connection as
per direction of Engineer in Charge. ( Make of wire
Finolex/ L&T / Anchor / Havels / V Guard )FORGroup-A
8
NOS
Group-B
12
NOS
Group-C
16
NOS
Group-B
12
NOS
Group-C
8
NOS
Group-A
4
NOS
Group-B
4
NOS
Group-C
2
NOS
2
Nos.
Recessed wiring to ciling fan point point with 1.5 sq.mm
FR PVC insulatedsingle core multistrand copper
conductor of ISI marked with 20 mm dia non-metalic PVC
flexible conduit with S.P. 5 / 6 amps, one way modular
switch, ISI marked type switch,Modular base & cover for 1
module, Modular G.I. box for 2 module 18 SWG ISI
marked and ceiling rose ISI marked mounted on MS box
having front bakelitecover of suitable size , MS box with
1.5 sq.mm FR PVC insulated single core multistrand
copper conductor asearth wire including all accesories
and connection as per direction of Engineer in Charge. (
Make of wire Finolex/ L&T / Anchor / Havels / V Guard
)FOR-Group-A
Recessed wiring to exhaust fan point with 1.5 sq.mm FR
PVC insulatedsingle core multistrand copper conductor of
ISI marked with 20 mm dia non-metalic PVC flexible
conduit with S.P. 5 / 6 amps, one way modular switch, ISI
marked type switch,Modular base & cover for 1 module,
Modular G.I. box for 2 module 18 SWG ISI marked and
ceiling rose ISI marked mounted on MS box having front
bakelitecover of suitable size , MS box with 1.5 sq.mm FR
PVC insulated single core multistrand copper conductor
asearth wire including all accesories and connection as
per direction of Engineer in Charge. ( Make of wire
Finolex/ L&T / Anchor / Havels / V Guard )FOR-
Recessed wiring to call bell point with 1.5 sq.mm FR
PVC insulatedsingle core multistrand copper conductor of
ISI marked with 20 mm dia non-metalic PVC flexible
conduit with S.P. 5 / 6 amps, one way modular switch, ISI
marked type switch,Modular base & cover for 1 module,
Modular G.I. box for 2 module 18 SWG ISI marked and
ceiling rose ISI marked mounted on MS box having front
bakelitecover of suitable size , MS box with 1.5 sq.mm FR
PVC insulated single core multistrand copper conductor
asearth wire including all accesories and connection as
per direction of Engineer in Charge. ( Make of wire
Finolex/ L&T / Anchor / Havels / V Guard )FOR-GROUP-C
Group-A
45
Recessed wiring to submain in 2 x 2.5 sq.mm FR PVC
insulated single core multistrand copper conductor of
ISImarked confirming to IS-694/1990 in 20 mm dia nonmetalic heavy duty flexible conduit 1.6 mm thick alongwith
1 x 1.5 sq.mm FR PVC insulated single core multistrand
copper conductor as earth wire as equired.(Makeof wire
Finolex/L&T/Anchor/Havels/V
Guard)
including
all
accesories and connection as per direction of Engineer in
Charge.
46
Recessed wiring for power plug with 2 x 4 sq.mm FR
PVC insulated single core multistrand copper conductor of
ISI marked with 20 mm dia non-metalic PVC flexible
conduit alongwith 1 x 2.5 sq.mm FR PVCinsulated single
core multistrand copper conductor for loop earthing as
required. ( Make of wire Finolex / L&T /Anchor / Havels / V
Guard ) including all accesories and connection as per
direction of Engineer in Charge.
47
Point wiring for 5 / 6 amp mudolar socket outlet with 2 x
1.5 sq.mm FR PVC insulated single core multistrand
copperconductor of ISI marked in recess 20 mm dia nonmetalic PVC flexible conduit with piano type switch
,phenolic laminated sheet suitable size ISI marked MS box
and earthing point with 1 x 1.5 sq.mm FR PVCinsulated
single core multistrand copper conductor for loop earthing
etc. as required. ( Make of wire Finolex /L&T / Anchor /
Havels / V Guard ) including all accesories and connection
as per direction of Engineer in Charge.
48
Supplying and fixing of 15A /16A Madular Switch &socket
with 4 Madul Madular metal box with cover of in Recess
including providing and fixing
connection,
etc as
required.(For
plugs to be used in non residential
buildings) including cost of conveyance,taxes etc and all
accesories and connection as per direction of Engineer in
Charge.
Recessed Mounted down-lighter with Latest LED
technology. BBG360 3xLXML-25-/WW SI model- BBG360(PHILIPS) including cost of conveyance,taxes etc and
all accesories and connection as per direction of Engineer
in Charge.
49
50
Recessed spotlight with angle adjustable arrangementgDL
60 FoR QR 111/INNoVA 111(Havells) including cost of
conveyance,taxes etc and all accesories and connection
as per direction of Engineer in Charge.
51
Installation, Testing and Commissioning of ceiling fan,
including wiring the down rods of standardlength (upto 30
cm) with 1.5 sq.mm FR PVC insulated single core
multiatrand copper conductor including providing and
fixing phenolic laminated sheet steet cover on the fan box
etc asrequired.etc. including cost of conveyance,taxes etc
and all accesories and connection as per direction of
Engineer in Charge.
52
Installation, testing and commissioning of exhaust fan up
to 450 mm sweep in the existing opening,including making
the hole to suit the size of the above fan, making good the
damage complete,connection, etc as required including
cost of conveyance,taxes etc and all accesories and
connection as per direction of Engineer in Charge.
170
MTR
360
Mtr
12
NO
20
Nos.
20
Nos.
16
Nos.
20.00
Nos.
20.00
Nos.
53
Supplying of Exhaust Fan300MM ( Havells - Single Phase
- 900 rpm) including cost of conveyance,taxes etc and all
accesories and connection as per direction of Engineer in
Charge.
54
Supply and installation of ciling fan Fusion - 4 Blade Pearl
Ivory 1200mm of Havels make including cost of
conveyance,taxes etc and all accesories and connection
as per direction of Engineer in Charge.
55
Installation, Testing and Commissioning of pre-wired
fluorescent fiiting / compact fluorescent fitting of all types,
complete with all accessories and tube etc. including
supplying and fixing ball socketarrangement, 2 no down
rods of 20 mm dia x 1.6 mm thick steel conduit up to 30
cm length, paintingand wiring the down rods and
connection with 1.5 sq.mm FR PVC insulated single core
multistrandcopper conductor and earting etc. as required
including cost of conveyance,taxes etc and all accesories
and connection as per direction of Engineer in Charge.
56
Supply 1x36 W Tube light fitting witof model -EZZ DELUX
including cost of conveyance,taxes etc and all accesories
and connection as per direction of Engineer in Charge.
57
Supply and fixing of 4 WAY (4 + 12) SINGLE DOOR,
HORIZONTAL TYPE way three pole and neutral, sheet
steel, MCB distribution, 415 V onsurface / recess,
complete with tinned copper bus bar, neutral bus bar,
earth bar, din bar, hingedfront acrylic cover for the MCB
knobs detachable gland plate, interconnections,
phosphatized andpowder painted including earthing etc.
as required ( But with out MCB/ RCCB/ Isolator) including
cost of conveyance,taxes etc and all accesories and
connection as per direction of Engineer in Charge.
58
Supply and installation of 100 amp 4 pole isolator
including cost of conveyance,taxes etc and all accesories
and connection as per direction of Engineer in Charge.
2
No
59
6 amp32 amp rating SP MCB, "C" series, 10 KA breaking
capacity including cost of conveyance,taxes etc and all
accesories and connection as per direction of Engineer in
Charge.
20
No
60
32 amp rating SP MCB, "C" series, 10 KA breaking
capacity including cost of conveyance,taxes etc and all
accesories and connection as per direction of Engineer in
Charge.
Supply and installation of main pannel board with
incoming 100ATPN MCCB AND 100A bus bar including
out going 63A TPN MCB 4 nos and 32A DP MCB-4NOS
ALL FIXTURE ARE L&T/ SIMENCE /HAGGER including
cost of conveyance,taxes etc and all accesories and
connection as per direction of Engineer in Charge.
20
No
1
SET
2
No
15
MTR
20.00
Nos.
20.00
Nos.
12.00
Nos.
32.00
Nos.
2
61
62
63
Earthing with copper earth plate 600 mm x 600mm x 3.15
mm thick ISI marked including accessoriesand providing
masonary with cover plate having loccking arrangement
and watering pipe etc (But wihout charcoal and salt) as
required including cost of conveyance,taxes etc and all
accesories and connection as per direction of Engineer in
Charge.
Supplying and laying 25 mm x 5 mm copper strip on
surface or in recess for connection etc asrequired.
including cost of conveyance,taxes etc and all accesories
and connection as per direction of Engineer in Charge.
64
Recessed wiring to submain in 2 pair 0.5 sq.mm copper
conductor, FR PVC insulated unarmoured telephone
cable.(Makeof wire Finolex/L&T/Anchor/Havels/V Guard)
wiring in PVC Conduit including cost of conveyance,taxes
etc and all accesories and connection as per direction of
Engineer in Charge.
65
Supply and fixing of 20 amp 240 V SPN industrial type
socket outlet with 2 pole and earth metalencloser plug top
along with 20 amp "C" series SP MCB in sheet steel
enclosure on surface or inrecess with chained metal cover
for the socket outlet and complete connections, testing
andcommissionig etc. as required including cost of
conveyance,taxes etc and all accesories and connection
as per direction of Engineer in Charge.
65
MTR
12
No
TOTAL for electrical
TOTAL (M) --(Civil+PH+Electrical)
N-
RENOVATION / VALUE ADDITION TO THE EXISTING PUBLIC
CONVENIENCE CENTRE
Refer Dwg. No.07,7A
Sl.
No.
Description of Items
1
Removing old cement plaster from walls including raking out
joints 12mm deep and removing the debris within 50m lead
including cost all labours, sundries, T&P required for the work
complete and as per instruction of the Engineer in charge.
2
Dismantling and removing doors, windows and ventilators
including removal of frame, hinges, fastening and stacking the
same for reuse and removing the debris within 50m lead
including cost all labours, sundries, T&P required for the work
complete and as per instruction of the Engineer in charge.
3
Dismantling and removing old tiled flooring including
removing the base coarse and stacking the useful materials for
reuse and removing the debris within 50m lead including cost
all labours, sundries, T&P required for the work complete and
as per instruction of the Engineer in charge.
4
Dismantling and removing old tiled cladding from walls
including racking out joints 12mm deep and stacking the useful
materials for reuse and removing the debris within 50m lead
including cost all labours, sundries, T&P required for the work
complete and as per instruction of the Engineer in charge.
5
Dismantling and removing R.C.C. columns, beams, slab,
staircase landing, lintels including stacking the useful materials
for reuse and removing the debris within 50m lead including
cost all labours, sundries, T&P required for the work complete
and as per instruction of the Engineer in charge.
6
Scraping of old paints including cost all labours, sundries, T&P
required for the work complete and as per instruction of the
Engineer in charge.
Quantity
Unit
885.72
Sqm
26.66
Sqm
90.99
Sqm
353.3
Sqm
4.76
Cum
742.43
Sqm
Rate
Amount
7
Providing 12mm thick cement plaster with cement mortar of
(1:6) to the brick surface 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
8
Providing 16mm thick cement plaster with cement mortar of
(1:6) to the brick surface 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
9
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls after
racking out the joints including watering and curing, rounding
of corners, etc. complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction of
Engineer-in-charge.
10
Fixing Ceramic tile (300mm x 300mm) in floors treads or steps
and landing on 25mm thick bed of cement mortar 1:1 (1
cement : 1 sand) jointed with neat cement slurry mixed with
pigment to match the shades on the tiles etc. complete
including cost, conveyance, loading, unloading, royalties and
taxes of all materials, cost of all labour, sundries, T&P required
for the work and complete in all respect as per specification
and direction of Engineer-in-charge.
11
Providing 10mm. thick finished granite stone flooring using
granite slab of approved quality, colour and size in floors,
treads on steps and landing on 25mm. thick bed of cement
mortar mix of 1:1 (1 cement : 1 sand) with screened and
washed sharp sand for mortar and with Portland slag cement
(PSC) grouted with neat white cement slurry laid in proper
slope joining the marble slab with neat white cement slurry
mixed with required quantity of pigment of approved marks to
match the shades if required, watering and curing for 21 days,
including cost, conveyance, loading, unloading, royalties, and
taxes of all materials, cost of all labour, sundries, T&P required
for the work including rubbing mechanically and wax polishing
etc. in all floors at all height complete in all respect as directed
by the Engineer-in-charge.
12
Fixing glazed tiles in dados skirting and risers of step on 12mm
thick cement plaster (1:3) jointed with neat cement slurry
mixed with pigment to match the shades of the tiles including
rubbing and polishing complete including cost, conveyance,
loading, unloading, royalties and taxes of all materials, cost of
all labour, sundries, T&P required for the work and complete in
all respect as per specification and direction of Engineer-incharge.
633.73
Sqm
138.7
Sqm
212.31
Sqm
99.18
Sqm
5.06
Sqm
297.25
Sqm
13
Fixing 10mm thick granite (above 0.1 Sqm. Up to 0.4 sqm
10mm thick.) in dados skirting and risers of step on 12mm
thick cement plaster (1:3) jointed with neat cement slurry
mixed with pigment to match the shades if required, watering
and curing for 21 days, including cost, conveyance, loading,
unloading, royalties, and taxes of all materials, cost of all
labour, sundries, T&P required for the work including rubbing
mechanically and wax polishing etc. in all floors at all height
complete in all respect as directed by the Engineer-in-charge.
14
Supplying, fitting and fixing well dressed and well seasoned sal
wood choukaths framed and fixed (wrought and put up) in
trusses, purlines frames of doors, windows, ventilators and
beams.of different length in proper position including two coats
coats of coaltaring to wall and lintel side faces of choukaths
including cost of coaltar and labour for coaltaring and fixing
required nos. of W.I. clamps to the choukaths with approved
qualities of screws including cost, conveyance, loading,
sundries, T&P required for the work etc. complete in all respect
with cost, conveyance, royalties, loading, unloading and taxes
of all materials and cost of all labour, T&P, sundries,
scaffolding etc. required for the work complete in all respect as
per specification and direction of Engineer
15
Supplying fitting and fixing in position flush door shutter of
32mm thick with 1mm Laminate (Royal touch) of approved
quality and as per drawing & design with all necessary brass
fittings, door closer (godrej, heavy duty) notrice lock (godrej
heavy duty), including cost of all materials, labour, all taxes,
transportation, loading & unloading etc. complete as per
specification and direction of Engineer –in-charge..
16
Providing, fitting and fixing fully glazed (WINTECH/ Fenesta )
make / equivalent sliding windows (2 track)/partition walling/
ventilators with necessary fittings, fixtures and hardwares like
concealed locks , handles, etc., glazed with 5mm thick
frosted/plain/ black glass free from bubbles, holes or any
surface deformation, with sun reflective film, as per the
drawing and design, and fixed to the walls or columns with lugs
in cement concrete 1:2:4 cutting holes and mending good to all
damages, including filling gaps if any, between the frames
walls/ columns, with appropriate sealant, including cost of all
materials, labour, conveyance, taxes, royalties, scaffolding,
sundries, tools and plants, etc., complete as per the direction
of the Engineering-in-charge/Consultant.
17
Painting two coats to the wall surface by using 100% premium
Acrylic emulsion paint of approved make like NEROLAC ALLS
CAPES 24 carrot emulsion/ BERGER luxel luxury silk
emulsion / ASIAN Royal / ICI velvetouch or equivalent make of
approved shade to interior wall surface over a coat of primer
with water bond cement primer after preparing the surface
smooth by applying putty punning with Synthetic Acrylic wall
putty including finishing the surface smooth by sand papering
in all heights including scaffolding charges with cost,
conveyance, taxes of all materials, cost of all labours, etc. as
required for the work complete in all respect.
0.93
Sqm
0.22
Cum
33.17
Sqm
13.19
Sqm
537.77
Sqm
18
Wall painting two coats with 100% Acrylic emulsion paint (1st
quality) exterior grade of approved make & shade
manufactured by reputed manufacturer like NEROLAC /
ASIAN / BERGER / DULOX or equivalent to make an even
finished surface over a coat of primer with water bond cement
primer in all heights with all scaffolding and staging charges
including cost, conveyance, taxes of all materials, cost of all
labours, T & P, sundries etc. as required for the work
complete.
19
Supplying, fitting and fixing of Stainless steel of 304 grade in
hand railing of staircase using 50mm dia of 2mm thick circular
pipe with Balustrade of size 32mm x 32mm x 2mm @ 0.90mtr.
C/C and stainless square pipe bracing of size 32mm x 32mm x
2mm in 3 rows in stair case as per approved design and
specification, buffing, polishing etc with cost, conveyance,
taxes of all materials, labour, T&P etc. required for the
complete in all respect.
French polishing 2 coats to wood work including sand
papering and making the surface smooth in all floors at all
height with cost, conveyance, loading, unloading and taxes of
all materials, cost of all labour, sundries, T& P scaffolding and
taxes of all materials, cost of all labour, sundries, T & P
scaffolding etc. required for the work and complete in all
respect as directed by the Engineer-in-charge.
20
195.87
Sqm
32.22
Kg
108.27
Sqm
TOTAL (N)
O-
CONSTRUCTION OF PICNIC PINDIS
Refer Dwg. No.01,06
Sl.No.
Description
1
Earth work in ordinary soil with initial lead and lift including
rough dressing and leveling the bed sides up to required depth
and depositing the excavated materials at places away from
the work site with all leads and lifts, T&P for shoring,
shuttering, dewatering if required etc. complete as per the
drawing, designing including cost of all labour, T&P etc. as
required for the work complete as directed by the Engineer-incharge.
Supplying and filling in foundation trenches and plinth, ditches
with sand well watered and rammed in layers not exceeding
23 cm. in depth with all lead and lift including cost,
conveyance, loading and unloading, royalties and taxes of all
materials and cost of all labour, sundries, T&P required for the
work etc. complete in all respect as directed by the Engineer
in charge. (Measurement will be taken on finished compacted
section only)
Providing and lying plain cement concrete of proportion (1:3:6)
in foundation and floors using Portland slag cement (PSC)
with 4 cm. size black hard crusher broken granite stone metal
of approved quality and from approved quarry, washed and
cleaned including hoisting,lowering, laying concrete, ramming,
watering and curing etc. complete to required levels laid in
layers not exceeding 15 cm. Thick including cost, conveyance,
loading and unloading, royalties and taxes all materials and
cost all labours, sundries, T&P required for the work complete
including dewatering if required as per instruction of the
Engineer in charge.
2
3
Quantity
Unit
12.00
Cum
42.25
Cum
12.28
Cum
Rate
Amount
in Rs.
4
5
Providing, lifting, hoisting and laying Reinforced cement
concrete of M-30 grade in following items as per approved
designs and drawings having a minimum compressive
strength (in work test) 300 Kg. / Square cm. in 15 cm. cubes
after curing of 28 days after mixing and test conducted in
accordance with I.S. 516 using 10 mm. to 20 mm. size black
hard crushed broken granite stone chips and screened and
washed sharp sand for mortar of approved quality from
approved quarry, washed and cleaned ( 20mm. size chips not
to exceeds 25 % ) to be mixed in concrete mixture with
Portland slag cement (PSC) with Centering & shuttering
including hoisting, lowering, laying and compaction concrete
by using vibrators, watering and curing for 28 days, and
finishing the exposed surface smooth providing grooves or
beads wherever necessary including cost, conveyance,
loading, unloading, royalties and taxes of all materials and
cost of all labours, sundries, T & P required of the work etc.
complete in all respect as directed by the Engineer-in-Charge.
Column Base
Grade beam.
Beam.
Column
Slope roof slab
Providing, fixing and placing of Fe-500/ Tor steel (HYSD) for
RCC work in lintel of required diameter of TATA/SAIL/VIZAG
with straightening, Cutting, bending, binding welding or
jointing if necessary, bending, binding, tying the grills as
required for R.C.C. works, providing fan hooks where
necessary and hoisting, lowering and placing in proper
position according to approved designs and drawings
including cost, conveyance, loading, unloading, taxes of M.S.
rods or Tor steel and binding wires of 18 to 20 gauge required
for the work and cost of all labour, sundries, T & P and
scaffolding complete in all respect as directed by the
Engineer-in-Charge ( payment will be made according to the
actual weight of M.S rod /Tor steel consumed in the work and
no separate payment will be made towards weight of binding
wires which is to be borne by the contractor at his own cost
6
Providing 10mm. thick finished granite stone flooring using
granite slab of approved quality, colour and size in floors,
treads on steps and landing on 25mm. thick bed of cement
mortar mix of 1:1 (1 cement : 1 sand) with screened and
washed sharp sand for mortar and with Portland slag cement
(PSC) grouted with neat white cement slurry laid in proper
slope joining the marble slab with neat white cement slurry
mixed with required quantity of pigment of approved marks to
match the shades if required, watering and curing for 21 days,
including cost, conveyance, loading, unloading, royalties, and
taxes of all materials, cost of all labour, sundries, T&P
required for the work including rubbing mechanically and wax
polishing etc. in all floors at all height complete in all respect
as directed by the Engineer-in-charge.
7
Providing 20mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) finished smooth including
deep chipping and slurry treatment with screened and washed
sharp sand for mortar and finished smooth to outside smooth
surface of brick masonry walls after racking out the joints
including watering and curing, rounding of corners, etc.
complete with cost, conveyance, loading and unloading,
royalties and taxes of all materials and cost of all labours,
sundries, T&P and scaffolding required for the work etc.
complete in all respect as per specification and direction of
Engineer-in-charge.
7.12
3.93
3.13
2.34
14.44
Cum
Cum
Cum
Cum
Cum
26.03
Qtl.
71.65
Sqm
77.08
sqm
8
Providing 6mm thick cement plaster in all floors at all height
with cement mortar of mix (1:4) to RCC surface finished
smooth including deep chipping and slurry treatment with
screened and washed sharp sand for mortar and finished
smooth to outside smooth surface of brick masonry walls after
racking out the joints including watering and curing, rounding
of corners, etc. complete with cost, conveyance, loading and
unloading, royalties and taxes of all materials and cost of all
labours, sundries, T&P and scaffolding required for the work
etc. complete in all respect as per specification and direction
of Engineer-in-charge.
9
Wall painting two coats with 100% Acrylic emulsion paint (1st
quality) exterior grade of approved make & shade
manufactured by reputed manufacturer like NEROLAC /
ASIAN / BERGER / DULOX or equivalent to make an even
finished surface over a coat of primer with water bond cement
primer in all heights with all scaffolding and staging charges
including cost, conveyance, taxes of all materials, cost of all
labours, T & P, sundries etc. as required for the work
complete.
Total for 1 no.
TOTAL (O) for 3 nos.
P-
139.76
sqm
263.66
Sqm
Soft Landscaping
Refer Dwg. No.10
Sl
No.
1
Description of work
Qty
Unit
SITE CLEARANCE, ALIGNMENT AND STAKING
Clearing jungle growth including uprooting
of tank vegetation , grass, brush wood,
after marking the site with. Stakes, at
required spacing.
2
a
EXCAVATION OF PITS
b
Earth work in all kind of soil with initial
lead and lift including rough dressing in
layers not exceeding 1m in depth of size
1x1x1 m. and the Earth transported by
transport vehicles as directed by the
Engineer-in-charge.
2780.00
sqm
870.00
nos.
5330.00
nos.
870.00
5330.00
nos.
nos.
Earth work in all kind of soil with initial
lead and lift including rough dressing in
layers not exceeding 0.3m in depth of size
0.3x0.3x0.3 m. and the Earth transported
by transport vehicles as directed by the
Engineer-in-charge.
3
FILLING PITS WITH FERTILE SOIL/
SILT INCLUDING CARRIAGE UP TO
EACH PIT By tractor/ truck up to
site and by head load up to pit
a
b
Pit size 0.30 cum (0.027cum)
4
APPLICATION OF ORGANIC MANURE
Pit size 1.0 cum (1.0cum)
Rate
Amount in
Rs.
(FYM/cimpost/sludge) Including carriage upto pit
a
b
By tractor/truck upto site and by head lord upto
pit
Pit size 0.30mt x 0.30mt x
870.00
nos.
0.30mt
Pit size 1.00mt x 1.00mt x
5330.00 nos.
1.00mt
5
APPLICATION OF CHEMICAL
FERTILISERS NPK and
insecticited/termicide including
cost of materials/carriage and
cost of application
a
Pit size 0.30mtx 0.30mtx0.30mt @
50gm of NPK and 10gm of
termicides
Pit size 1.00mtx 1.00mtx1.00mt @
50gm of NPK and 10gm of
termicides
b
6
870.00
nos.
5330.00
nos.
870.00
nos.
5330.00
nos.
870.00
5330.00
nos.
nos.
870.00
5330.00
nos.
nos.
6200.00
nos.
5.00
nos.
COST OF CARRIAGE OF SAPLINGS TO
SITE FROM NURSERIES
Seedling height upto 2mt.
More than 200 k.m.
Seeding height 3.00mt &more
More than 200 K.M.
7
COST OF PLANTING INCLUDING
MIXING OF MANURE, FERTILIZER,
PESTICIDES AND INITIAL WATERING
Upto 2.00 mt height
Upto 3.00 mt height
8
SUPPORTING PLANTS WITH STAKES
INCLUDING COST OF STAKES
Upto 2.00 mt height
Upto 3.00 mt height
9
10
a
CONTINGENT EXPENDITURE INCLUDING
COST OF ROPES,
IMPLEMENT,BASKETS,DRUMS ETC.
COST OF PLANTING TREES OF HT
MORE THAN 3MTS.
Kadamba (anthocephalus cadamba),
krushna chuda (Delonix regia)
Radhachuda (peltoferrum
ferrugenum), Chhatian (Alstonea
Scholaris) Akash Malli
(Melligtonia hortensis)
b
Ashok (Saraca ashoka) Nageswar (
Messua ferea), Patali
(lagestromes floss reginae),
Spathodea (Spathodea
companulata), Putranjva rox
burgii), Baula (Mimussops
elengii), Bottle brush
(Callistemin lanceolatum), Neem
(Azadirchta indica), Karanj
(plumerea alba/ rubra),
Vishnuchnde (Jacaranda
mimisfolia), Muchakunda
(sterospermum acerifolium),
Dolichandran (Dolichandran
atrovirens),Tabebuea (Tabebuea
wendlanda/ rasea), Ganga seuli (
Nyctarethes arborstris) jamun
(Syzygium cumuni) Cassia (
Cassia noduse) Siris ( Albizzia
lebbeck), Polash (Beaute
monosperma), Debadaru (Polyathia
longifolia), Aonla ( Embelica
officinalis), Sunari (Cassia
fistula), Kanchan (Bauhinia
variegate), Bhendi (Thespesia
populnea) etc.
c
Kochila (Strychnos noxvomica),
sami (Acacia fernesiana),sal
(Shorea robusta), Mitukinia (
Mitragyna praviflora), Chandan
(Santalum album) Rakta chandan
(Pterocarpu santalinus) Bela
(Aegla marmelos), Ritha
(Sapindus imarginatus), Arjun
(Terminalia arjuna), Harida (
Tereminalia chebula), Bara
(ficus bengalengis), Aswastha
(Ficus religiosa), Baruna
(Cratava religiosa), piasal
(Pterocarpus marsupium),
Mehegani (Swetenia mehogani),
Asan (Terminalia Tomentosa),
Phanphana (Oroxylum indicum),
Beta (Calamus rotang), Pine (
callistris intratropica),
ornamental Bamboes (Sterospermum
suaveolense), Ficus elastic,
Ficus benjamina, Ficus
infectoria etc.
10
COST OF PLANTING SHRUBS OF HT
MORE THAN 3YEARS OLD.
5.00
nos.
160.00
nos.
a
b
Mandar (Hibiscus rosasinensis),
Tagar (Tabarnae montana
coronaria), Kaniar ( Thevetia
spp), karabira (Nerium
oleander), kamini (Murray
exotica) Godibana ( Caesal
pinnea pulcherima), lxora (lxora
coccinea)
Sugandha raj (gardenia
grandiflora), Tecoma stans),
Almond (Almonda cathertica),
Kagajphula (Bougain villea),
Mandar hybris ( Hibiscus
rosasinensis, lxora (lxora
singaporeansis), Broonfeltia
spp.), Kunda (jasminum spp.),
Thuja spp. Crotons, Sthala padma
(Hibiscus spp.) TMC-Tagar, Malli
( jasminum sambac), Calliandra (
calliandea hemata cephala),
Malfiga
( Malifigea
glabra), calliandra
hostuni,calliandra
brevipes,calliandra
inoquilatera,calliandra alba,
Brya ebenus, etc.
11
COST OF PLANTING SHRUBS OF HT
MORE THAN 2YEARS OLD.
a
Azalea, Chamelea, Anthurium,
Hydrangea, Poinsettea hybrid,
gloxinia, Adenum, Mussanda,
Orchids, Ground orchid
12
COST OF PLANTING
CLIMBERS/CREEPERS/GROUND COVERS
a
Radha Tamala ( Bignonea venusta),
Krushna tamala (Passiflora incarnata), Jui
(Jasminum grandiflorum) Jai (Jasminum
pubescense), Chameli ( jasminun offcinale)
Clerodendorm (clerodendron enerme/
splendens), Madhavilata
(Hiptagemadhavilata), Madhumalati
(Quisquilis indica), Thunbergiea (
Thunbergia grandiflora), Lavender (valibis
spp.), Adenocalyma allicea, Bignonea
magnifica, Pyrostegia venusta,Lea France
, Vernonia Elaeagnifolia, etc.
13
800.00
nos.
1000.00
nos.
1000.00
nos.
50.00
nos.
HEDGE PLANTS/ EDGE PLANTS (1yr. Old)
Grown on polypots
Duranta (Duranta
goldiana/plumeri), Acalypha
batkii, Justicia spp., Drascena,
clerodendron, Amaranthus, Kamini
(Murraya exotica).
14
a
b
15
COST OF PLANTING PALMS
OF THREE YEAR OLD.
1000.00
ATLEAST
Areca leutesen, Table palm, Cane
plams, Arecanut, Oil
plams,Cocoanut.
Red palms, Royal palms,
Pitchudia grandis, Latania red/
yellow/ash, Butia palm, Phoenix
roe belenii, Cycas
palm,Jamia,Psampaign Palm etc.
300.00
nos.
400.00
nos.
800.00
nos.
300.00
nos.
200.00
nos.
20.00
nos.
20.00
nos.
GARDEN FLOWER
ANNUAL AND BIENNIAL FLOWERS:
Holly hock, Daisy, Marigold,
Aster, Cocks comb, Corn flower,
Sweet sultan, sweet William,
Chrysanthanum, Lerkspur,
Delphinium, Caruation,
California poppy, Gazania, Sun
flower, Candy tuft, Balsam,
Dianthus, Phlox, Verbena, Pansy
, Viola, Zinnia, Portulaca,
Salvia, Petuneas etc. (Hybrid
varieties potted)
HERBACEOUS PERENNIALS: Aster,
Coreopsis, gaillardia,
lmptaiens, Mirabilis Jalapa,
Phlox decussate, Portulaca,
Salvia, Verbena erinoides, Vinca
rosea and vinca alba, Viola
odorata, Zinnia linearis. (Hybrid
varieties potted)
BULBOUS FLOWERS: Achimens,
scented Gladiolus, Blue African
Lily of the valley, Crocus,
Cyclamen, Dahlia, Foxtail lily,
Gerbera, Gladolus, Glory lily,
Gloxinia, Football lily, Day
lily, Spider lily, lris, Star of
Bethelam, Tube rose, Jacobean
lily, Arum lily.(Hybrid varieties in
pots)
16
a
CANNA (INDIAN SHORT)
TALL VARIETIES (1-2MT):
WHITE: Radio, white queen
YELLOW: Aurora, Borealis,
Buttercup, Canary bird, Master
piece, enchantres.
ORANGE: Copper gaint, king,
Sunset, Tango.
20.00
nos.
20.00
nos.
20.00
nos.
20.00
nos.
YELLOW: Stardust, Apricot.
20.00
20.00
nos.
nos.
RED: Queen charlotte, saint
tropez.
20.00
nos.
100.00
nos.
200.00
nos.
PINK: Alipur beauty, Candilabra,
Apricotking, Coquette, Rosea
Gigantea.
RED AND SCARLET: Assant, Carmine
King, Cleopatra, Statue of
liberty, the Ambassadore, the
president.
b
DWARF VARIETIES ( 45-100CM)
PINK: Centenaire, Rozain,
Departing day, Hungaria.
ORANGE: orange glory, Orange
plume, Fairy, Cleopetra.
17
18
19
PERENNIALS: Chysanthemum,
Geranium, Fuchsia, Rose,
Jasmine, Plumbago, Poinsettea,
Azalea , camellia, Gloxinea,
Mussaenda, Hydrangea, Adenium
Anthureum etc.
INDOOR PLANTS( 1yr. Old):
Diffenbechias, Monstera,
Phelodendron, Aglonema,
Drassena,
Singoneum,Scheflera,Spatiphyllum
etc.
DEVELOPMENT OF LAWN
a
Clearance of site, excavation of
around upto a depth of 30cm,
removal of excavated materials
to outside for dumping at
suitable places.
b
Filling the site with good
garden soil/silt to a depth of
30cm including carriage and
leveling the area.
Spreading of FYM @0.08cum,
chemical fertilizer NPK @
250gms, termicide 50gms
including cost of materials of
carriage
Final leveling after thorough
mixing of all materials and
compacting by hand roller.
c
d
e
Planting with broad leaf Poa and
Zoysea Japonica grass.
f
Rolling and watering
Total (i)
20
TENDING
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
a
b
Weeding, soil working upto 50cm
radius around the plant, in
August, September and
application of chemical
fertilizers
Weeding, soil working upto 50cm
radius around the plant and
mulching in October &November
c
First mowing after three months
and there after every two months
d
e
Weeding through out the year
f
g
Top dressing with soil, FYM,
chemical fertilizer twice a year
after mowing, in june and
November including artifungal
treatment.
Watering for about 8 months
leaving rainy days
6200.00
nos
6200.00
nos
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
1800.00 sqmt.
Engagement of two labourers on
sustained basis for whole year
from 15 july on wards per site
(Lump sum)
21
a
b
c
SECOND YEAR MAINTENANCE
Soil working and weeding upto
0.50 mt radius around the plant
in july-Aug
Application of chemical
fertilizer NPK @ 100gm per plant
including cost
Soil working and mulching during
Oct-Nov.
d
Mowing after every two months
e
f
Weeding through out the year
g
h
Top dressing with soil, FYM,
chemical fertilizer twice a year
after mowing, in june and
November including artifungal
treatment.
Watering from 1st Feb till 15
june once a week with about 20
liters of water 20 times
6200.00
nos
6200.00
nos
nos
1800.00 sqmt.
1800.00 sqmt.
6200.00
1800.00 sqmt.
1800.00 sqmt.
WATCH AND WARD by engagement of
two labourers on sustaining
basis for whole year per site
(Lump sum)
Total (ii)
TOTAL (P)
( i + ii)
Q-
IRRIGATION SYSTEM
Design, engineering, supply of all items, transportation, fabrication, construction,
erection,installation of underground and above ground piping, testing and
commissioning and performance guarantee tests and all complete including cost of
all materials as per landscaping plan, PH specification and direction of the Engineerin-charge.
S.No.
I
1
Item Description
Qty
Unit
PVC Pipe 75 mm X 6 kg/cm2
480
m
PVC Pipe 63 mm X 6
kg/cm2
1584
m
3
PVC Pipe 50 mm X 6 kg/cm2
480
m
4
PVC Pipe 40 mm X 6
Sub Total (A)
kg/cm3
120
m
II
5
Pop up and Acessories
4" popup sprinkler of radius 10-12 mtr at a pressure 2.53.0 kg with discharge 0.15-0.25 m/s
Ultra Spray head of radius 5mt. At pressure 1.5-2.0 kg
with discharge 0.15-0.2 m/s
Swing joint 3/4"
Swing joint 1/2"
Service Saddle, 75x3/4"
Service Saddle, 63x3/4"
Service Saddle, 50x3/4"
Service Saddle, 50x1/2"
Service Saddle, 40x1/2"
Sub Total (B)
130
Set
70
130
70
20
110
40
50
24
Set
No.
No.
No.
No.
No.
No.
No.
14
6
20
8
4
4
4
No.
No.
No.
No.
No.
No.
Set
2
2
20
No.
No,
no.
6560
cft
7
8
9
10
11
12
13
Amount in
Rs.
PVC Main and Submain
2
6
Rate
III
14
15
16
17
18
19
20
Valve and Accessories
Control Valve 63 mm.
Control Valve 50 mm.
Quick Coupling Valve 3/4" Female
Quick Coupling Key 3/4" Male
Gun metal gate Valve 2".
Double action air release valve
ARV Assembly, 1"x63mm
Sub Total (C)
IV
21
22
23
Head Unit
Disc filter 25m³/hr with 2”inlet/outlet
Media Filter 25m3/hr 2" inlet/outlet
Valve Box 12"
Sub Total (D)
Total ( I+ II+ III+ IV)
24
Fittings & Accessories including polytube , dripper ,
start connector and stop, pressure reducing hydraulic
valve with Horizontal centrifugal pumps with motor for
sprinkler with control system and chemical dozing
system with Venturi
25
26
27
28
VAT
Total Material Value
Cost of trenching and refilling
Installation Charge
TOTAL (Q)
RSl.
No.
SEWAGE TREATMENT PLANT AT BARKUL
Description of Items
Quantity
Unit
Rate
Amount
in Rs.
1
Designing, Engineering,fabrication and supply of
mechanical, electrical & instrumentation of 35
KLD Sewage treatment plant with all design
specifications as per Annexure-I and complete
in all respects as required by concerned EIC
TOTAL (R)
1.00
no.
ANNEXURE-I
TABLE OF CONTENTS
1. DESIGN BASIS
2. PROCESS DESCRIPTION
3. PROCESS DESCRIPTION
4. LIST OF SUPPLIES AND SPECIFICTIONS
a) LIST OF MECHANICAL EQUIPMENT
b) LIST OF INSTRUMENT
c) LIST OF CIVIL UNITS
5. ELECTRICAL SCOPE
6. ELECTICAL LOAD DATA
7. TECHNICAL NOTES ELECTICAL
8. BATTERY LIMITS
9. SCOPE OF WORK
DESIGN BASIS
This Sewage Treatment Plant design is based on the following
characteristics
RAW SEWAGE CHARACTERISTIC
FLOW
PH
BOD
COD
O&G
TSS
M3 / day
Mg/1
Mg/1
Mg/1
Mg/1
35
7-8
300-500
600-1000
50
300-400
TREATED
SEWAGE CHARACTERISTICS (AFTER DISINFECTION)
For disposal
Flow
RH
M3 /day
-
BOD
35
6.5 - 7.5
<30
COD
O&G
Mg / 1
Mg / 1
<250
<10.0
TSS
Mg / 1
<100
TREATED SEWAGE CHARACTERISTICS AFTER TTP (For Reuse)
For reuse
Flow
M3 /day
35
RH
BOD
COD
Mg / 1
7-8
<20
<100
O&G
TSS
Mg / 1
Mg / 1
<10.0
<30
PROCESS DESCRIPTION
Bar Screen
Raw sewage from the source is usually received into the bar screen
chamber by gravity screen provided will remove all floating and big size matter such
as plastic bottles, polythene bags, glasses ,stones, etc., which may otherwise choke
the pipeline and pumps.
Oil and Grease Trap
If the sewage generated includes maximum quantity from kitchen
and canteen, there is a possibility of higher concentrations of oil and grease in the
raw sewage. It needs to be removed usually, a small civil construction tank with a
baffle wall and slotted oil pipe skimmer is provided. The oil and grease removed by
gravity floats to the surface, which is removed by the oil skimmer.
Equalization Tank
Usually, sewage generation is more during morning hours and evening
hours. Visually no sewage is generated during night hours. Any biological system
needs constant feed for bacteria to work efficiently. Hence, it is important to put an
equalization tank to collect the the excess flow during peak hours and feed sewage
in lean hours. A typical equalization tank has a capacity of 6 hours of average flow
rate. The tank is generally of civil construction by client.
Provision of air grid is to be made for thoroughly mixing the sewage to
make it of homogenous quality and to keep the suspended matter in suspension and
to avoid septic condition
Biological Treatment
The main pollutants in raw sewage are represented in the form of Biochemical oxygen Demand (COD) .The ammonical nitrogen nitrate nitrogen and
phospresent present also represent as polluting substances. The bacterial ability to
synthesize the organic matter to harmless end products like carbon dioxide and
water molecules is utilized to treat the raw sewage.
The bio-reactions are carried out in controlled environment in the bio-reactor
comprises of a tank, fitted with aeration grid .the bacterial activity needs dissolved
oxygen, to synthesize the `organic matter. This is supplied by passing air in form of
small bubbles. The air is passed at the bottom of the tank, so that complete volume
of tank is utilized. Oxygen dissolves in liquid, which can now be used by the bacteria.
The bacterial population is present on the media, which forms an integral part of the
reactor system .the media is made of small polypropylene elements. A very large
surface area is available for the bacterial population to grow. The bacteria grow on
the plastic media, by using the organic content in the raw sewage, and the dissolved
oxygen available. Due to constant aeration, the media is set in whirling motion, so
that continuous mixing takes place.
The bacterial layer growth on the media surface increases to o certain extend,
and then, and then gets sloughed off after a specific period. This phenomenon is
called sloughing. This creates new surface further bacterial growth. Sloughing takes
place only after growth and subsequent dyeing – off of the bacterial layer and hence
the sloughed off material is completely digested. The bacterial reaction is carried out
in two stages. Within the reactors, arrangements are made to retain the plastic
media in place. Air supply is done through perforated pipes.
Tube settler
The sloughed must be removed before the treated sewage can be disposed off.
Hence a secondary clarifier (tube) is provided. The secondary clarifier is equipment
in which the Bio-mass removed & suspended solids are settled under action of
gravity.
Disinfection
The treated sewage is then added with chlorine to kill the pathogens / E-Coli
coliforms, being a very strong oxidizing agent, a small dose of 3-4 mg/l is enough to
achieve desired levels of dis-infection. Small residual chlorine (of the order of 0.20.25 mg/l ) also ensures that there is no re-growth of E-coli, till the final disposal
point. The treated sewage, now substantially free from organic contamination, free
from coliform bacteria can be safely disposed off in the river, or in other water
bodies. This water can also be re-used for gardening / toilet flushing or for other
secondary applications.
Tertiary Treatment
Treated effluent after disinfection is passed through DMF and ACF for further
polishing.
Treated Water Collection Tank
The treated water collection tank can be of civil construction by client.
Sludge
The sludge from the FAB and Tube settler tank is removed from the bottom of the
tanks and transferred to Sludge holding tank either by gravity or through pump
depending on site condition. Before starting the desludging shut off the aeration for
30 minutes and allow the sludge to concentrate at the bottom. After concentration,
the bottom sludge valve can be opened to drain the required quantity of sludge.
PROCESS BLOCK DIAGRAM
SEWAGE (35m³/DAY)
BAR SCREEN
OIL & GREASE TANK
EQUALISATION TANK
FAB -1 & 2
TUBE SETTLER
SLUDGE HOLDING
HYPO
DOSING
SYSTEM
CHLORINE CONTACT
TANK
FURTHER DISPOSAL
FILLER FEED TANK
BACKWASH
DMF & ACF
TREATED WATER TANK
LIST OF SUPPLIES AND SPECIFICATIONS
LIST OF MECHANICAL EQUIPMENT
SL.
NO
ITEM
QTY
SIZE/
CAPACITY
MOTOR
POWER
(KW)
MOC
-
MS
-
HDPE
PRE TREATMENT:1.
2.
3.
Bar screen (Manual)
1
Suitable
(Make:- Thermax/equivalent)
Air grid –Equalization
Tank .(Coarse Bubble aeration
1
Suitable
without Diffuser.)
(Make:- Thermax/equivalent)
Sewage transfer pump to FAB
(Make:- Johnson/equivalent) 1w+1s 1.5m³/hr @
14Mwc
All
0.75KW wetted
each
parts CI
AERATION SYSTEM :1.
Air blower for Collection Tank,
Equalization Tank, sludge
Holding Tank, FAB,
(Make:-Everest/equivalent)
BIOLOGICAL SYSTEM :1.
2.
3.
FAB Reactor media
(Make:- Thermax Approved
Vendor/equivalent)
FAB Reactor
Air distribution grid
(Make:- Thermax/equivalent)
FAB Reactor
Media Retaining Screens
(Make:- Thermax/equivalent)
2
68m³/hr @
4500mmwc
3.7 KW
each
-
1 lot
20mm diax
60mm
height
Suitable for
FAB Reactor
1 lot
To suitable
-
1 lot
-
CI
PVC
HDPE
HDPE
CLARIFICATION SYSTEM :1.
2.
Tube –settler Media
(Make:- Thermax/equivalent)
Collection Trough
(Make:- Thermax/equivalent)
1 lot
Suitable
1 lot
Suitable for
Civil Tank
-
-
PVC
MSEP
3.
Air Grid for Int.Sludge holding
tank.
(Make:- Thermax/equivalent)
1 lot
suitable
-
HDPE
DISINFECTION SYSTEM:-
1.
Hypo Dosing Tank for
Chlorine contact Tank
(Make :Perfect/equivalent)
1
100lits
-
HDPE
2.
Hypo Dosing pump
for chlorine tank
(Make:-Milton
Roy/equivalent)
1
0-4LPH
-
PP
TERTIARY TREATMENT SYSTEM:1.
2.
3.
DMF
ACF
Filter Feed
pumps
1no
1no
1w+1s
400mm Dia
400mm Dia
3.2M3
/hr@26mWC
1.1KW
MS
MS
CI
INTERCONNECTIING PIPING NETWORK:1.
2.
3.
4.
Interconnecting piping
for blower line (Make:Jindal/Tata/equivalent)
Interconnecting valves
for Air blower line
Make:-Thermax
Approved/equivalent
Interconnecting piping
for sewage line
Make:- Jindal
/Tata/equivalent
Interconnecting valves
for sewage line
Make:- Thermax
Approved/equivalent
1lot
To suit
-
MS
1lot
To suit
-
CI
1lot
To suit
-
UPVC
1lot
To suit
-
UPVC
LIST OF INSTRUMENT
SL.NO
DESCRIPTION
QTY.
LOCATION
1.
Pressure gauge
Lot
2.
Air rot meters
1 No
on FAB air line
3.
Level switch
1 No
EQT
pumps /blowers
ELECTRICAL SCOPE
1.
2.
3.
Motors
Distribution board
Cabling power
As applicable
Fixed type
Distribution board to motors (within the Battery)
4.
5.
Glands / lugs for cables
Equipment earthing
Limit of THERMAX/equivalent
NOTE:
Incoming supplies to be provided at our distribution control by client
APPROXIMATE ELECTRICAL LOAD DATA
Sl. No.
1.
2.
3.
Drive
FAB Feeds pumps
Air blowers
Filter feed pumps
TOTAL
Connected load (kW)
2 x 0.75 = 1.5
2 x 3.7 = 7.4
2 x 1.1 = 2.2
Operating load (kW)
1x 0.75 = 0.75
1 x 3.7 = 3.7
1 x 1.1 = 1.1
11.1
TECHNICAL NOTES (ELECTRICAL)
I.
DISTRIBUTION BOARD
Distribution board shall be as per the following brief specification :
1. Make – Autoswitch/Devsons/Subhadra
Industries/VMPL/equivalent
2. Non-compartmentalised, floor mounting.
3. Non-drawout (fixed type)
4. Single front
5. Sheet thickness-14/16 gauge CRCA
6. Location –Out door
7. Cable entry – Bottom
8. Busbars – Aluminium
9. Earth busbar- Aluminium
10. Incomer – 1 no.
Incomer shall consist of following components :
a. TPN-FSU -1 no.
b. Ammeter with selector switch -1 set
c. Voltmeter with selector
d. Supply ON indication lamps – 3nos.
11. DOL starter (upto 7.5 kW)
DOL starter shall consists of following components :
a. TPMPCB – 1no.
b. Power contractor -1no.
c. Push button with 1 element –Stop & Start.
d. Ind.lamps –on &off.
5.55
12. Star delta starter (above 7.5 KW)
Star delta starter shall consist of following components :
a. TPMPCB -1 No.
b. Power contractors – 3nos.
c. Timer -1 no.
d. Ind.lamps –on &off.
Note: Switchgear ratings for above starters shall be as per manufacturers standard
selection chart.
13.Control Supply
a. SPMCBs – as required for instrument supply.
14. Capacitors
15. Power wiring – minimum 2.5 sq.mm PVC insulated copper wire.
Control wiring – 1.5 sq.mm PVC insulated copper wire
16. Control supply -1ph, 230 VAC obtained from phase and neutral.
17. Makes of components
a. Switchgear-SIEMENS/equivalent
b. Control gear –Teknic/equivalent
c .Indicating meters –AE/IMP/RISHABH(L&T) /equivalent
I. LOCAL PUSH-BUTTON STATION
Local push button stations are not considered, as drivers are very near to Dist.Board.
All Drives will be start/stop from Distribution board
II. CABLES
1. Mark – Incab/Polycab/Finolex/equivalent
2. Power cables – PVC insulated,PVC sheathed,GI armoured, Aluminium
conductor cables as per IS 1554.Minimum power-cable size shall be 3cX4-sq.
mm
3. Control cables – PVC insulated, PVC insulated, PVC sheathed,GI armoured,
solid copper conductor cables as per IS 1554. Control cable size shall be
1.5sq.mm.
III. OUTDOOR CABLE-ROUTING
Cables shall be run buried underground in un-constructed excavated and back-filled
trenches upto individual equipment. Civil work for trenches to be included.
IV. EARTHING
Main below ground earth-grid, earth stations (pits, electrodes ets.) and two earth
connections near the distribution board shall be provided .
Equipment earthing from distribution board to motors shall be provided by us using
GI wire/strip depending on motor rating.
V. MOTOR
1. Make-Crompton / Siemens/equivalent
2. Motors will be as per IS 325,totally enclosed ,fan cooled squirrel cage induction
motors .
Degree of protection will be IP55.Motors are suitable for supply voltage of 415
volts+- 10% and frequency of 50 Hz.+- 5%,and combined variation +-10%.
BATTERY LIMITS
1. Raw sewage – At the inlet of bar screen chamber
2. Treated water – At the outlet of ACF
3. Sludge – Into the SHE
4. Power – At the incomer of Distribution Board.
SCOPE OF WORK
A. DESIGN & ENGINEERING
Following drawing / document only shall be submitted .
1. P &I diagram
2. Sewage treatment plant layout
3. General arrangement drawing for civil units with requisite load data.
4. Operation and maintenance manual.
B. SUPPLY
1.
Equipment as specified under “Technical Specification - mechanical
,instrument and electrical ”as covered above.
2.
Required piping ,valves within the battery limit of sewage treatment
plant
*NOTE : The FAB is to be designed as per Good Engineering standards considering the
duty condition and application.The make of various components are standardized.
You shall submit the Equipment layout and foundation plan showing weights of
individual equipment to enable you to carry out civil and foundation drawing.
C. ERECTION AND COMMISSIONING
SCOPE OF WORK ALSO INCLUDE:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Design of civil tanks – structures and pre preparation of RCC structural
drawing,civil BOQ etc.
All civil works including grading/leveling of sit foundation building drains,
pipe and underground cable trenches, grouting, platforms and staircase
for equipment pipe supports, inserts,puddle pipe, structural supports for
air grids, media & pipe.
Unloading and safe storage of equipment at site.
Construction roads inside the plant
Supply of all type of laboratory equipment.
Plant and area illumination.
All piping, cabling, cabling etc. to the termination points
Fire fighting system including appliances if required.
Lightening protection.
Commissioning consumables, chemicals, lubricants, cowdung, guda etc
NOC/Approval from Statutory Bodies.
Any other item not specifically mentioned in the scope but required
Note:
(1) Item for which no rate or price has been entered in will not be paid for by the
Employer when executed and shall be deemed covered by the other rates and
prices in the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause 43.3).
(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause
14.1].
(3) Where there is a discrepancy between the rate in figures and words, the rates in
words will govern.
[ITB Clause 27.1(a) ]
4) Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by quantity, the unit rate quoted shall
govern [ITB Clause 27.1 (b)].
SECTION 8: FORMS OF SECURITIES
Forms of Securities
Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance
Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and
Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.
Annex A:
Bid Security (Bank Guarantee)
Annex B:
Performance Bank Guarantee
Annex B1:
Performance Bank Guarantee for Unbalanced Items
Annex C:
Deleted
Annex D:
Bank Guarantee for Advance Payment
Annex A
BID SECURITY (BANK GUARANTEE)
WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid
dated _______________________ [date] for the construction of _____________________________________
[name of Contract] (hereinafter called "the Bid").
KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of
____________________________
[name
of
country]
having
our
registered
office
at
___________________________________
(hereinafter
called
"the
Bank")
are
bound
unto
______________________________[name of Employer] (hereinafter called "the Employer") in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.
THE CONDITIONS of this obligation are:
(1)
If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the Form of Bid;
(2)
If the Bidder having been notified of the acceptance of his bid by the Employer during the
period of Bid validity:
or
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
(b)
fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or
(c)
does not accept the correction of the Bid Price pursuant to Clause 27;
we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the
Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred
condition or conditions.
This Guarantee will remain in force up to and including the date ____________________ 2 days after the deadline
for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee
should reach the Bank not later than the above date.
DATE _______________
SIGNATURE OF THE BANK _________________________
WITNESS ____________
SEAL _______________________________________
_________________________________________________________________
[signature, name, and address]
____________________________
1
The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.
2
45 days after the end of the validity period of the Bid.
PERFORMANCE BANK GUARANTEE
To:
______________________________________________ [name of Employer]
_________________________________________ [address of Employer]
WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the
Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee] 1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability
Period.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
__________________
1
An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in
the Contract and denominated in Indian Rupees.
PERFORMANCE BANK GUARANTEE (for unbalanced items)
To:
______________________________________________ [name of Employer]
_________________________________________ [address of Employer]
WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the
Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee] 1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of
completion of works.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
__________________
1
An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any
and denominated in Indian Rupees.
BANK GUARANTEE FOR ADVANCE PAYMENT
To:
__________________________________________ [name of Employer]
__________________________________________ [address of Employer]
___________________________________________[name of Contract]
Gentlemen:
In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of
the above-mentioned Contract, ________________________________ [name and address of Contractor]
(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank
guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of
_____________ [amount of guarantee] 1_________________________________ [in words].
We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
____________________ [name of Employer] on his first demand without whatsoever right of objection on our part
and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of
guarantee]1 __________________________________ [in words].
We further agree that no change or addition to or other modification of the terms of the Contract or of
Works to be performed thereunder or of any of the Contract documents which may be made between
_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________ [name of Employer] receives full repayment of the same amount from
the Contractor.
Yours truly,
Signature and seal: _______________________________
Name of Bank/Financial Institution: _________________
Address: _______________________________________
Date: ____________________
SECTION : 9
ENVIRONMENTAL MANAGEMENT PLAN
Environmental Management Plan (EMP) is the key to ensure a safe and clean environment. The
desired results from the environmental management measures proposed may not be obtained without a
management plan to assure its proper implementation & function. The EMP envisages the plans for the
proper implementation of management measures to reduce the adverse impacts arising out of the project
activities.
The Contractor will abide by the environmental, occupational health and safety measures listed in the
Environment Management Plan (EMP) given in the table below during preparation and execution of
Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP
requirements during preparation and execution of civil works shall be made good at the Contractor’s own
expenses.
Table-1 Environmental Management Plan
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
The Contractor’s Project Manager shall be Contractor
OTDC,
responsible for implementation of EMP
Bhubaneswar
provisions and will coordinate the over-all
implementation of the said plan. Along with
the Work Programme, the Contractor shall
submit a plan including method statement and
timeline about specific actions that will be
taken by him to implement the provisions laid
out in the EMP.
1.
Work Plan for EMP
implementation
2.
Arrangements for
temporary land
3.
Construction/ Labour  Construction camps shall not be proposed Contractor
The Contractor as per prevalent rules shall Contractor
carry out negotiations with the landowners for
obtaining their consent for temporary use of
lands for workers camp, construction sites etc.
Written permission (no objection certificate)
shall be taken from the Gram Sabha and the
land owner prior to location selection and a
copy shall be submitted to OSDMA for
approval.
It is the responsibility of the Contractor to
clean up the site prior to handling over to the
owner (after construction or completion of the
activity)
OTDC,
Bhubaneswar
OTDC,
Sl.
No.
4.
Activity
Management Measures
camp – location
within 500 m from the nearest settlements
to avoid conflicts and stress over the
infrastructure facilities with the local
community.
 Camp site shall not be located within 250
m from a water body including village pond
 A distance of at least 500 m shall be
maintained
from
designated/protected
natural habitats (such as National Parks,
Sanctuaries, Biosphere Reserves, Reserve
Forests and Ramsar Sites, if any) and
Coastal Regulation Zone.
Labour Camp
Management
Accommodation:
Contractor
The Contractor shall follow all relevant
provisions of the Factories Act, 1948 and the
Building and the other Construction Workers
(Regulation of Employment and Conditions of
Service) Act, 1996 for construction and
maintenance of labour camp.
Potable water: The Contractor shall:
a) Supply of sufficient quantity of potable
water (at least 40 lpcd) in labour camp at
suitable and easily accessible places and
regular maintenance of such facilities.
b) If any water storage tank is provided, the
bottom of the tank shall be kept at least
1mt. above the surrounding ground level.
Fuel for Cooking: The Contractor will be
responsible for providing LPG Cylinder/
Kerosene in labour camp to avoid cutting of
trees for fuel wood from the adjoining areas.
Sanitation and sewage system: The
Contractor shall ensure that:
 The sewage system for the camp shall be
designed, built and operated in such a
fashion that it should not pollute the ground
water or nearby surface water.
 Separate toilets/bathrooms, shall be
Responsibility
Planning & Supervision
Execution
Bhubaneswar
OTDC,
Bhubaneswar
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
arranged for men and women
 Adequate water supply is to be provided in
all toilets and urinals
 All toilets in workplaces are with dry-earth
system (receptacles) which are to be
cleaned and kept in a strict sanitary
condition
 Night soil (human excreta) is to be
disposed off by putting layer of it at the
bottom of a permanent tank prepared for
the purpose and covered with 15 cm. layer
of waste or refuse and then covered with a
layer of earth for a fortnight.
Waste disposal: The Contractor shall provide
garbage bins in the camps and ensure that
these are regularly emptied and disposed off
in a hygienic manner.
Fire Safety: Adequate fire safety precautions
shall be taken and required fire safety
equipment (such as fire extinguishers) shall
be provided by the Contractor.
5.
First aid
The Contractor shall arrange for –
Contractor
OTDC,
Bhubaneswar
The Contractor shall provide:
Contractor
 Protective footwear and protective goggles
to all workers employed on mixing cement,
concrete etc.
 Protective goggles and clothing to workers
engaged in stone breaking activities
 Earplugs to workers exposed to loud noise,
and workers working in concrete mixing
operation.
OTDC,
Bhubaneswar
 A readily available first aid unit including
adequate supply of sterilized dressing
materials and appliances as per the
Factories Rules in work zone
 Availability of suitable transport at all times
to take injured or sick person(s) to the
nearest hospital
6.
labour’s Safety
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
 Adequate safety measures for workers
during handling of materials at site.
The Contractor shall comply with all the
precautions as required for ensuring the
safety of the workmen as per the International
Labour Organization (ILO) Convention No. 62
as far as those are applicable to this contract.
The Contractor shall make sure that during
the construction work all relevant provisions of
the Factories Act, 1948 and the Building and
other Construction Workers (regulation of
Employment and Conditions of Services) Act,
1996 are adhered to.
The Contractor shall not employ any person
below the age of 14 years for any work and
no woman shall be employed on the work of
painting with products containing lead in any
form.
The Contractor shall also ensure that no paint
containing lead or lead products is used
except in the form of paste or readymade
paint. He shall provide facemasks for use to
the workers when paint is applied in the form
of spray or a surface having lead paint is
rubbed and scraped. The Contractor shall
mark ‘no smoking’ in high risk areas. These
shall be reflected in the Construction Safety
Plan to be prepared by the Contractor during
mobilization and shall be approved by
OSDMA.
Material safety data sheet record of fuel and
other inflammable chemicals shall be
maintained at the site.
7.
Labour requirements Local people shall be given preference for Contractor
unskilled and other jobs created during
construction phase of the project. The
contractor would notify requirement of
unskilled labours in nearby/surrounding
villages. In case local labours are not
OTDC,
Bhubaneswar
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
interested/available then a certificate/letter
shall be issued by the Panchayat officials to
the Contractors in this regard.
8.
Site Clearance
Only ground cover/shrubs that impinge Contractor
directly on the permanent works or necessary
temporary works shall be removed with prior
approval from OSDMA. The Contractor, under
any circumstances shall not cut or damage
trees. Trees identified under the project shall
be cut only after receiving clearance from the
State Forest Department or after the receipt of
written permission from OSDMA.
OTDC,
Bhubaneswar
9.
Preservation of top
soil
The topsoil from all areas of cutting and all Contractor
areas to be permanently covered shall be
stripped to a specified depth of 15 cm and
stored in stockpiles. A portion of the
temporarily acquired area shall be earmarked
for storing topsoil. The following precautionary
measures shall be taken to preserve them till
they are used:
(a) Stockpile shall be designed such that the
slope does not exceed 1:2 (vertical to
horizontal), and height of the pile is restricted
to 2 m. To retain soil and to allow percolation
of water, the edges of the pile shall be
protected by silt fencing
(b) Stockpiles shall not be surcharged or
otherwise loaded and multiple handling shall
be kept to a minimum to ensure that no
compaction shall occur.
OTDC,
Bhubaneswar
The top soil shall be reinstated in the Tourist
Guide Centre compound after the construction
is over. Residual topsoil, if there is any shall
be utilized for the plantation.
10.
Construction
vehicles, equipment
and machinery
All vehicles, equipment and machinery to be Contractor
procured and brought to site for construction
shall confirm to the relevant Bureau of India
Standard (BIS) norms and the manufacturer’s
specifications. The discharge standards
OTDC,
Bhubaneswar
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
promulgated
under
the
Environment
Protection Act, 1986 shall be strictly adhered
to.
Noise limits for construction equipment to be
procured shall not exceed the value specified
in the Environment (Protection) Rules, 1986.
The equipment proposed to be used for
construction
and
installed
close
to
waterway/streams, must be checked and
certified fit, especially with respect to the
potential leakage of oil and grease.
The inspection should verify that:
 Equipment is clean (free of mud, dirt and
oil)
 Equipment is in good working order.
 A drip pan is available for equipment that
shall be stored on site.
 Contractor has a spill kit
 Operator is trained on the refuelling,
maintenance
and
emergency
spill
procedures.
 Adequate inspections shall be conducted
during the construction period.
11.
Quarry Operations
The Contractor shall procure material from Contractor
quarries that have been approved/licensed
by the Orissa State Govt. A copy of such an
approval shall be submitted to the OSDMA
prior to procure the material.
OTDC,
Bhubaneswar
12.
Construction water
Water for construction and for use at Contractor
construction camps (including labour camps)
is to be extracted with prior written
permission of (a) the individual owner, in
case the source is private well/tube well; (b)
Gram Panchayat in case the source belongs
to community; and (c) Irrigation Department
in case the source is an irrigation canal or a
river.
The Contractor shall take all precaution to
minimize the wastage of water in the
OTDC,
Bhubaneswar
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
construction process.
13.
Air pollution
 The Contractor shall take every precaution Contractor
(water sprinkling etc.) to reduce the level of
fugitive dust generating from construction
site.
 Water shall be sprinkled at least twice
during dry day on haulage roads passing
through or near settlements (including at
least 100 m before the settlement).
 Wind barriers or screens shall be provided
in the downwind direction at air pollution
causing sources like plant sites and fine
material storage stock yards.
 Truck carrying construction materials will
be duly covered to avoid spilling.
 The Contractor shall ensure that all
vehicles, equipments and machineries
used for construction are regularly
maintained and confirm that pollution
emission levels comply with the relevant
requirements of State Pollution Control
Board (SPCB).
 The Contractor shall submit PUC
certificates for all vehicles/ equipment/
machinery used for the project and
maintain a record of the same during the
contract period.
OTDC,
Bhubaneswar
14.
Noise pollution
The Contractor shall confirm
the following:
OTDC,
Bhubaneswar
 All plants and equipments used in
construction shall strictly conform to the
CPCB noise standards.
 All vehicles and equipment used in
construction shall be fitted with exhaust
silencers.
 Servicing of all construction vehicles and
machinery shall be done regularly and
during routine servicing operations, the
effectiveness of exhaust silencers shall be
Contractor
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
checked and if found defective shall be
replaced.
 At the construction sites within 150 m of the
nearest habitation, noisy construction work
shall be stopped during the night time
between 9.00 pm to 6.00 am.
15.
Water Pollution
Water pollution from construction
wastes
 The Contractor will take all precautionary
measures to prevent the wastewater
generated
during
construction
from
entering into streams, water bodies or the
irrigation system. He will avoid construction
works close to streams or water bodies
during monsoon.
 All measures (including provision of
temporary silt fencing to control sediment
run-off) required for avoiding adverse
impacts to water bodies (such as ponds,
streams, canals and rivers), water sources
(such as hand pumps and wells) and
adjacent farmland shall be undertaken by
the Contractor.
Water pollution from fuel and lubricants
 The Contractor will ensure that all
construction vehicle parking location,
fuel/lubricants storage sites, vehicle,
machinery and equipment maintenance
sites are located at least 100 m away from
any water body. The Contractor will also
ensure that spillage of fuels and lubricants
do not contaminate the ground.
 If fuel storage and re-fuelling areas are
located on agricultural land or areas
supporting vegetation, the top soil will be
stripped, stockpiled and returned after
cessation of such activities.
Contractor
OTDC,
Bhubaneswar
Sl.
No.
Activity
Management Measures
Responsibility
Planning & Supervision
Execution
 Storage of materials like fuel, chemicals
and cement shall be done in a manner
(with impervious layer on bottom and a
covered shed on top) that does not
contaminate land and ground/surface
water.
16.
Solid Waste
Solid waste from the project during
construction will be mainly domestic scraps &
wastes from the construction camp and
construction spoils from construction sites.
Contractor
OTDC,
Bhubaneswar
Contractor
OTDC,
Bhubaneswar
Contractor
OTDC,
Bhubaneswar
• The small amount of construction debris
will be disposed of in suitable pre-identified
or existing dumping areas in tune with the
local condition to avoid land degradation &
water logging due to indiscriminate
dumping.
• Dumping areas will be biologically
reclaimed through top soil cover.
• Regular inspection of haul roads,
construction site & camp will be carried out
to ensure regular and timely removal of
construction debris to the dumping sites.
17.
Drainage & Flood
Control
18.
Restoration and
Rehabilitation of
Sites
The Contractor will ensure that construction
materials like earth, stone are disposed off
so as not to block the flow of water of any
watercourse and cross drainage channels.
All work sites and areas under temporary use
(including construction and labour camps,
plant sites, haul roads and borrow areas) shall
be restored/ rehabilitated to a better condition
(if not at least to its original condition) and to
the satisfaction of land owner upon completion
of construction work by the Contractor.
Completion of work will also include
completion of rehabilitation and clean-up of
the work sites including camps, plants, in and
around the construction site; disposal of
debris/construction wastes at pre-approved
locations and; restoration of borrow areas and
Sl.
No.
19.
Activity
Liabilities
Management Measures
Responsibility
Planning & Supervision
Execution
other sites/locations used for material
sourcing.
Any liability arising out of Contractor’s
agreement
with
landowners/
local
people/gram panchayat (including those
related to temporary use of land, water
extraction and disposal of debris) shall be
settled by the Contractor.
GUIDELINES FOR REHABILITATION OF BORROW/ QUARRY AREAS
General: The contractor is required to take quarry material only from licensed quarries. In the
case of existing quarries the contractor through the Engineer’s representative will have to ensure
that all actions in these quarries are in accordance with the environmentally sound and acceptable
manner.
In case the contractor establishes additional quarries and dedicated crusher plants, the contractor
has to ensure that all actions are in accordance with the environmental requirements.
In the case of borrow areas, Contractor need to specify a
detailed arrangement including the agreement with the owner of
the land. The Contractor must comply with provisions of taxes,
levies, royalties etc. of the State.
Management Plan for Borrow / Quarry Areas
The contractor needs to develop a Borrow and Quarry area management plan providing at
least the following details:








Name, location and ownership of the borrow or quarry area;
Existing land use of the area (including the access road to be developed) to be quarried;
Approximate quantity of the material available;
The number of trees and the species of the trees to be removed;
Total area involved;
Arrangement with the owner;
Whether purchased or leased;
A statement from the owner saying the actual arrangement (not in terms of exact monitory
compensation) with him is agreeable for him;
 The exact restoration plan indicating the number of trees that will be planted;
 The action plan for leveling and landscaping in order to bring the area in conformity to the neighboring
land uses; and
 The access roads rehabilitation.
 Compliance certificate of tax, levy, royalty etc. provisions.
Rehabilitation of Borrow/ Quarry Areas
The objective of the rehabilitation programme is to reinstate the quarry /borrow pit sites to a safe and
secure area, which the general public should be able to safely enter and enjoy. Securing borrow pits
/quarry sites in a stable condition should be a fundamental requirement of the rehabilitation process. This
could be achieved by filling the quarry/ borrow pit with suitable materials to approximately the access
road level.
Quarries and borrow pits may be backfilled with rejected construction wastes and will be given a
vegetative cover. If this is not possible, then excavation slopes will be smoothed and depression will be
filled in such a way that it looks more or less like the original ground surface.
During works execution, the contractor shall ensure preservation of trees during piling of materials;
spreading of stripping material to facilitate water percolation and allow natural vegetation growth; reestablishment of previous natural drainage flows; improvement of site appearance; digging of ditches to
collect runoff; and maintenance of roadways where a pit or quarry is declared useable water source for
livestock or people nearby. Once the works are completed, the contractor shall restore the environment
his own expense around the work site to its original splits.
SECTION : 10
COASTAL REGULATORY ZONE ACT
1. No change in scope of the work shall be made without prior approval of Orissa State Coastal
Zone Management Authority (OSCZMA).
2. It shall be ensured that the local environment is not adversely affected in any manner during the
construction phase and subsequently.
3. No mangroves should be affected/ destroyed during the construction and operation of the
project.
4. There should be no disturbance to the sea turtle habitats and breeding and spawning grounds of
fish.
5. The dredging material from the project should not be dumped in any part of the eco-sensitive
area.
6. Concreting and other fabrication jobs, if any, should be undertaken in yard on the land located
sufficiently away from the high tide line as well as CRZ area and the transfer of materials to the
site should be through a pre-decided corridor. Similarly, the movement of construction barges,
machinery etc. should be restricted the pre-decided operational area.
7. Temporary colonies for the labour work force etc. should be established sufficiently away from
the high water line and proper sanitation including toilets and bathrooms should be provided to
the inhabitants to prevent abuse of the inter-tidal area.
8. It should be ensured that inter-tidal and super tidal areas are restored to their original contours
after the construction is completed. General clean up along the corridor, adjacent areas and
inter-tidal regions should be taken up and extraneous materials such as drums, sacks, metal
scrap, ropes, excess sediment, make shift huts and cabins should be cleared from the site.
9. The effluents shall be discharged only after proper treatment. Sewage treatment facility should
be provided in accordance with the CRZ Notification, 1991.
10. Necessary precaution and design criteria should be used for construction and operation keeping
in view the possible impact of cyclone / tsunami on the structures.
11. A green belt shall be developed using native tree species/plants which should preferably be
resistant to high wind speed.
12. No ground water shall be tapped for the project within the coastal regulation zone.
13. The total covered area on all floors shall not exceed 33 percent of the plot size, the overall
height of construction shall not exceed 9 meters and should be strictly in accordance with the
provisions of CRZ notification, 1991.
14. The project proponent shall obtain necessary forest clearance if any from the competent
authorities prior to construction of the Handicraft Centre and Entrance Plaza.
15. To prevent discharge of wastes into the marine environment, adequate system for collection,
treatment and disposal of wastes should be followed as per the standards of State Pollution
Control Board.
General Conditions :
1. Adequate provision for infrastructure facilities including water supply, fuel and sanitation must
be ensured for construction workers during the construction phase of the project to avoid any
damage to the environment.
2. Appropriate measures must be taken while undertaking digging activities to avoid any likely
degradation of water quality.
3. Adequate precautions should be taken during transportation of the construction material so
that it does not affect the environment adversely.
4. Borrow pits for each quarry sites for road construction material and dump sites must be
identified keeping in view the following

No excavation or dumping or dumping on private property be carried out without
written consent of the owner.

No excavation or dumping shall be allowed on wetlands, forest areas or other
ecologically valuable or sensitive locations.

Excavation work should be done in close consultation with the Soil Conservation and
Watershed development Agencies working in the area

Construction spoils including bituminous material and other hazardous materials must
not be allowed to contaminate water courses and the dump sites for such materials
must be secured so that they should not leach into the ground water.
5. The construction material should be obtained only from approved quarries. In case new quarries
are to be opened, specific approvals from the competent authority should be obtained in this
regard.
6. The borrow pits and other scars created during the road construction should be properly leveled
and reclaimed.
7. Roof –top rain water harvesting should be implemented.
8. The project proponent will set up separate environment management cell for effective
implementation of the stipulated environmental safeguards under the supervision of a Senior
Executive.
9. In the event of a change in project profile or change in the implementation agency, a fresh
reference shall be made to the OSCZMA.
10. A copy of clearance letter will be marked to concerned Panchayat/local NGO, if any, from whom
recommendation/clearance has been received while processing the proposal.
11. The OSCZMA or any other competent authority may alter/modify the above conditions or
stipulate any further condition in the interest of environment protection.
12. Failure to comply with any of the conditions mentioned above may result in withdrawal of this
clearance and attract action under the relevant provisions of the Environment (Protection) Act,
1986.
13. Full support shall be extended to the officers of this Forest & Environment Department by the
project proponent during inspection of the project for monitoring purposes by furnishing full
details and action plan including action taken reports in respect of mitigation measures and
other environmental protection activities.
14. A six monthly monitoring report shall be submitted by the project proponent to the OSCZMA
regarding the implementation of the stipulated conditions.
15. The project proponent shall inform the OSCZMA, the date of financial closure and final approval
of the project by the concerned authorities and the date of start of land development work.
16. The information that the project has been accorded environmental clearance shall be publicized
in the local area by the project proponent by way of advertisement in at least two newspapers
one of which is in vernacular language having wide circulation in the area, besides display on
the notice board of the local GP.
17. The above conditions will be enforced inter-alia, under the provisions of the Water (Prevention
& Control of Pollution) Act, 1974, the Air (Prevention & Control of Pollution) Act, 1981, the
Environment (Protection) Act, 1986 and the Public Liability Insurance Act, 1991 along with their
amendments and rules made there under and also any other orders passed by the Hon’ble
Supreme court of India/High court of Orissa and any other court of Law relating to the subject
matter.